Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
VII(C) Award Of Bid B00-04 For Starke Lake Boat Ramp Public Restrooms To Bruns, Inc General Contractors In The Amount Of $74,850.00
AtPRgenda6-06-2000 "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" 'kJ YA o 'T O MISSIONER Ocoee S. SCOTT VANDERGRIFT Cr CITY OF OCOEE pry. •• p COMMISSIONERS tj'r E• 1 DANNY HOWELL Da 150 N. LAKESHORE DRIVE SCOTT ANDERSON �, OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON '°y s? (407)656-2322 NANCY J.PARKER rf4 OF GOOD`> CITY MANAGER ELLIS SHAPIRO STM4F' REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Buye DATE: May 23, 2000 RE: B00-04; Starke Lake Boat Ramp Public Restrooms ISSUE Should the City Commission select the firm Bruns, Inc. General Contractors to construct the Starke Lake Boat Ramp Public Restrooms? BACKGROUND & DISCUSSION: On March 7, 2000, the City Commission approved the construction of the Starke Lake Boat Ramp Public Restrooms. The restrooms will be funded through the grant received from Orange County in the amount of$79,060.00 for the Florida Boating Improvement Program (FBIP), upon completion of the project. The architectural services for the Starke Lake Boat Ramp Public Restrooms were rendered by James Swickerath, Architect and approved by the City Commission on April 7, 1998. The previous bids were rejected by the City Commission on July 7, 1998. The bid was re-advertised on March 26, 2000, and publicly opened on April 27, 2000. Responses were received from the following companies: 1) Bruns, Inc. General Contractors $ 74,850.00 2) D.J. Haycook Construction $152,000.00 3) Bolena Construction $102,223.00 4) CF Tuohey Construction $ 95,000.00 5) DB O'Keef Construction $116,500.00 6) Hunter-Nelson $ 98,660.00 7) Tiger Constructors $129,000.00 8) Kon-Struct Tekontrol $149,887.00 Please find attached copies of the above responses along with the bid tabulation sheet, for your review. . POWr ae- Prolz.,c1€Ican's Wat I csourcos Pg. -2- Starke Lake Restrooms The bids were reviewed by the Public Works Dept., Finance Dept., and James Swickerath, Architect. Staff recommends awarding this bid to Bruns, Inc. General Contractors, per the attached memos from Bob Smith, Public Works Director and James Swickerath, Architect. Bruns, Inc. has confirmed, per the attached, that their bid is more than 20% lower than the next low bid and is accurate and complete. STAFF RECOMMENDATION It respectfully is recommended that the City Commission award Bid #00-04 to Bruns, Inc. General Contractors, and authorize execution of the agreement between the City and Bruns, Inc. General Contractors by the Mayor and City Clerk and further authorize the Mayor, City Clerk and Staff to execute all documents necessary to consummate the transaction contemplated by the agreement. 2 • v O * �4,4 ROBERT SMITH Of Goo- PUBLIC WORKS DIRECTOR 370 ENTERPRISE ST.•OCOEE,FLORIDA 34761 PHONE(407)877-8420•FAX(407)877-0392 MEMORANDUM TO: Joyce Tolbert, Buyer I ' FROM: Bob Smith, Public Works Director jl DATE: May 3, 2000 RE: Starke Lake Boat Ramp Rest Rooms I have reviewed all the bids provided on the subject project and recommend awarding it to Bruns, Inc., in the amount of$74,850. As I have discussed with you, since the apparent low bidder is more than 10% below the next lowest bidder, I recommend that Bruns, Inc. be requested to provide written verification that their bid is complete and correct. BS:jh C: Ellis Shapiro, City Manager Wanda Horton, Finance Director PO - PAY, Ocoee s WyterAasouicas THE PRIDE OF WEST ORANGE James Swickerath, Architect 1203 Ridgefield Ave. ADO- PIN 22 P19 2 56 Ocoee, Fl.34761 (407) 656-8349 • AR. 0005795 May 19,2000 • Mr. Bruce Nordquist Director of Recreation City of Ocoee 105 N. Lakeshore Drive Ocoee, Fl.32761 Re: Starke Lake Boat Ramp Public Restrooms City of Ocoee Bid#B000-04 Dear Bruce, I have reviewed the bid for this project submitted by the apparent low bidder and found everything to be in order. It is my recommendation as the project's architect that the City award the contract for the construction of these facilities to Bruns Inc. General Contractors of Windermere, Florida. Sincerely Yours, Tames Swickerath rchitect Cc: Mrs. Joyce Tolber, Buyer Mr. James Shira, City Engineer Mr. Ellis Shapiro, City Manager Mr. A Bruns and D Steinly of Bruns Construction "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERGRIFT 0� •O CITY OF OCOEE COMMISSIONERS V..... t4 DANNY HOWELL - Q 1 SO N.LAKESHORE DRIVE p SCOTT ANDERSON v OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON •' ACt (407)656-2322 NANCY J.PARKER �Op G OOV~` CITY MANAGER ELLIS SHAPIRO APPARENT LOW BID NOTIFICATION & CONFIRMATION OF BID PRICE TO: Bruns, Inc. P.O. Box 981 Windermere, Florida 34786 I David Steinly of Bruns Inc. , General Contr. do hereby Authorized Representative Company Name acknowledge that I/we are the apparent low bidder for Bid No. B00-04 ; Starke Lake Boat Ramp Public Restrooms, and by signing this document acknowledge the fact that the bid I/we submitted for this project is approximately 20 % lower than the next lowest bid. I/we do hereby confirm that the bid presented for this project by Bruns Inc. , General Contractors is accurate and complete. Company Name Bruns Inc., GenprR1 Contractors Comp ame Authorized Sig ature(manual) David Steinly/Project Manager/Estimator Name/Title(please print) Sworn to and subscribed before me this Ste` day of M A L( ,20(50. Personally Known ✓or Produced Identification_ Notary Public-State of fk .a pfl County of o9-0iNGE N/c) (Type of Identification) .n-tn ,..-,.........r....- . Signature of Notary Public 9 TODD M.FADEN Notary Public-State of Florida aj Tnci M. FA o My CORurwuion Expires Mar 9.2001 Comm Ulan•cc629110 Printed,typed or stamped Commissioned Name of Notary Public Pow . .......,," Protect Ocoee's'Water Resources t • g BRUNS INC. R General Contractors N P.O.Box 981 RG#0043399 Windermere,FL 34786 S (407)827-4338•Fax(407)827-4330 4/27/00 City of Ocoee Finance Department 150 N. Lakeshore Drive Ocoee, FL 34761-2258 Attn: Joyce Tolbert Re: Starke Lake Boat Ramp Public Restrooms Dear Joyce, This letter is to confirm that we understand our bid for the above-mentioned project is more than 10% lower that the next bid received. We took an aggressive posture in bidding this project and look forward to a successful completion. Please give me a call if you have any questions. Since ly, „____6(/*L.. David Steinly Estimator/ Project Manager BID CHECKLIST FOR: BID #00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS 4/27/00 10:00 AM Bruns; Inc. ProSpec,inc DJ Haycook Roe Const.& t Bolena CF:.Tuohey DB O'Keef . Superior 1 MJ Simpson Corp / - Const tion Utility;Services Construction Construction Constr ction Construction: Addendum No. 1 / (, 7 Addendum No. 2 i/ / V / / Base Bid C0 /�Jo act ND b� J C f i 7`f `' , J ` ,OCR). 00 JO (9 3 15,ar.lO i (4l 5 0,We No 6,�cd • t io bid Warranty: Labor& / 44 -/�/� j ! Material pamP+J. - i'nr,/'k Z,'r,...e /// /Yi ) / pa,/ /C _.CIQ'i irC�-( Completion Time 30 da 1,26 day 76 daze AZ `az 9l cial p , (1)signed original (12)Copies 7 / V ‘// / Bid Bond or n b;dy-d Cashiers Check �d� gdf n ,n �s?i,�r5C�7nrk. 6;d a , Insurance / ` Certificate V V V NJ(C) "1/ List of References / / / V • List of / Subcontractors. V f 1/ 1' Equipment Listing 2 I Summary of / / "JO ^r� Litigation v �/ �" 7 BID CHECKLIST FOR: BID #00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS 4/27/00 10:00 AM RBM Plumbing Packer Ardila Hunter-Nelson Tiger ;Kon-Stnuct/ Marbek 4-Seasons Air Construction Constructors Tekontrol Constructors Cond & Heat Addendum No. 1 �� NO KO Addendum No.2 V /46 JJQ Base Bid NC bid No U iU Warranty: Labor& Lietbr-I ocP Material I (, i `� Completion Time 1Odeaf 1c9OdcL (9015d/s (1)signed original (12) Copies I/ / Vr Bid Bond or , Cashiers Check /n�. iI N Or &I 80), d Q£f'y old &t Insurance Certificate I ✓/// NO List of References List / / b of / V Subcontractors ,Y/ Equipment Listing / J / Summary of Litigation V 0 r BID SHEET BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS - Total Bid for Scope of Work Indicated in the bid documents: $ 74,850 nn Seventy Four Thousand Eight Hundred Fifty Dollars & Zero Cents Completion of the work shall be accomplished within 80 calendar days from "Notice to Proceed". WARRANTIES: Labor: 1 Year Material:Per Manufactures Standard Warranties BRUNS INC. GENERAL CONTRACTORS P.O. Box 981 . Windermere, FL 34786 407-827-4338 BID-04 April 17, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall modify and become a part of the original Bid Document for the Starke Lake Boat Ramp Public Restrooms. Changes are as follows: Section 10530; Aluminum Sun Screen 1.0 Shall be manufactured by Dittmer Architectural Aluminum, 1006 Shephard Road, Winter Springs, Florida, 32708 or by a manufacturer of equal quality materials, to withstand the hurricane force winds and hail damage. e Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid. Respondent: BRUNS C. GENERAL CONTRACTORS Signature: Street Address: P.O. BOX 981 City, State, Zip Code: WINDERMERE, FL 34786 Name and Title: DAVID STEINLY/ESTIMATOR Telephone Number: 407-827-4338 Federal I.D. # 59-2561150 1 Sent By: City of Ocoee; 407858783S; Apr-17-00 10:37AM; Page 3/13 Page-2- Addendum No. 1; Bid B00-04; Starke Lake Boat Ramp Public Rcstrooms. 9. Sheet P-1; the Breezeway floor drain shall be connected to the sanitary sewer. y e Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid - Respondent: BRUNS INC. GENERAL CONTRACTORS Si�m�.ture• ��� .. Street Address: P.O. BOX 981 City, State, Zip Code: WINDERMERE, FL 34786 Name and Title: DAVID STEINLY/ESTIMATOR Telephone Number: 407-827-4338 Federal I,D, # 59-2561150 • 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: Ermco Electric-Lake Buena Vista-Doug Carter-407-934-8084 RGS Plumbing-Inglis,FL-Richard Steinhorst-800-932-7577 Cardinali Painting-Orlandn-Joe Cardinali-4O7-924-5800 Neth Roofing-Orlando-John Mansella-407-855-9096 Lo-Temp Engineering-Orlando-Peter McCauley-407-872-7708 (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 22. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 1. Bobcat X-328 Excavator - Owned 2. Bobcat Skid-Steer Loader - Owned 3. JLB Forklift - Owned 4. Chevrolet Pick-Up 1995 - Owned 5. Box Van Service Truck - Owned (May be 1 or 2 or several) POW 17 Proli:ct Oc000'n;V.ilni Rr::.nurci1s 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): 1995-Mickey's Toontown Restroom Rehab-$32,000-Walt Disney World 1996-Ft. Wilderness Comfort Station-$13,188-Walt Disney World 1996-Sea World Aviaries Restroom-$60,000-Sea World of Florida 1998-Animal Kingdom Zoom Gate-$90,000-Walt Disney World 1999-Contemporary Resort 4th Floor Public Restroom Rehab-$314,0004alt Disney Wor: 2000-Animal Kingdom Chester & Hester Companion Restroom-$80,000-Walt Disney Worlc 2000-Epcot Spaceship Earth Companion Restroom-$70,000-Walt Disney World 2000-Magic Kingdom Toontown Companion Restroom-$70,000-Walt Disney World Have you any similar work in progress at this time? Yes No x . Length of time in business 15 Years Bank or other financial references:Sun Trust-Lake Buena Vista P.O. Box 628096 Orlando, FL 328'79 Ate: Jane Nalls (407) 828-6126 (Attach additional sheets if necessary) Pow 18 Prothe:Ocaen'sWahl! Resewres ' SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. BRUNS INC. GENERAL CONTRACTORS 407-827-4338 FIRM NAME TELEPHONE(INCLUDE AREA CODE) 407-827-4330 FAX (INCLUDE AREA CODE) BRUNSINC1@aol.com E-MAIL ADDRESS �..�.. IF REMITTANCE ADDRESS IS DIFFERENT A HORIZ SIGNATU (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: David Ste inly/Es t imator/Proj ect Manager NAME/TITLE(PLEASE PRINT) • P.O. BOX 981 STREET ADDRESS WINDERMERE. FT. '34786 CITY STATE ZIP FEDERAL ID# 59-2561150 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me this ? day of /-1)Ci ' ,20 00. Personally known / or Produced Identification Notary Public- State of {- 10 i1 dCt__ (Type of Identification) County of nr(¢V\CVE, Sign a ure of Notary Public KRISTIN S. BREWER Notary Publk,State of Florida Priloy.zt uyftmos• via, 2003 commifittged Ary Public POW 19 I'ruicct Ilcouu's Watcl flt sriu g BRUNS INC. General Contractors P.O.Box 981 RG N 0043399 Windermere,FL 34786 (407)827-4338 •Fax(407)827-4330 SUBCONTRACTOR'S ADDRESSES 1. Ermco Electrical P.O. Box 10,000 Lake Buena Vista, FL 32830 2. RGS Plumbing P.O. Box 1400 68 Canterbury Rd. Inglis, FL 34449 3. Cardinali Painting 542 State Road 559 Auburndale, FL 33823-9384 4. Neth Roofing 360 E. Landstreet Road Orlando, FL 32894 5. Lo-Temp Engineering 4630 Kirkman Road Suite 115 Orlando, FL 32811 SUMMARY OF LITIGATION Bruns Inc. has not had any litigations in the past five years. AGQM. CERTIFICATE OF LIABILITY INSURANC Ra,SH1 D T MMrnD99 r'Roouc2a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE SIHLE INSURANCE GROUP, INC. 1 HOLDER,THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. O. BOX 160398 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ;‘LTAMONTE SPRINGS FL 32716 COMPANIES AFFORDING COVERAGE Roger E. Ohnsman COMPANY Phone No. 407-869-0962 Fax No, 407-774-0936 A Westfield Companies INSURED COMPANY B COMPANY BRUNS, INC C P.O. Box 981 COMPANY Windermere FL 34786 D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 A X COMMERCIAL GENERAL LIABILITY CWP 3 770 632 07/17/99 07/17/00 PRODUCTS-COMP/OPAGG S 1,000,000 CLAIMS MADE X OCCUR PERSONAL&ADV INJURY S 1,000,000 • OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE S.1,000,000 FIRE DAMAGE(Any one fire) S 50,000 MED EXP(Any one person) S 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 A X ANY AUTO CWP 3 770 632 07/17/99 07/17/00 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per(3erson) HIRED AUTOS BODILY INJURY S NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S 1 ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S • I AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE S 4,000,000 A X UMBRELLA FORM CWP 3 770 632 07/17/99 07/17/00 AGGREGATE S I OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND I I T/ORY LIMITS NW EMPLOYERS'LIABILITY EL EACH ACCIDENT S THE PROPRIETOR/ I INCL ! EL DISEASE-POLICY LIMIT S PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE•EA EMPLOYEE S OTHER A RENTAL EQUIPMENT CWP 3 770 632 07/17/99 07/17/00 $250 DED $200,000 COVERAGE DESCRIPTION OF OPERATIONS!LOCATIONSNEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER CANCELLATION FORINFO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, OUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMP , S A TS 0 PRES ATIVES, AUTHORIZED REPRESENTATIV Roger E. Ohnsman ACORD 25-5(1/96) " ACORD CORPORATION 191 THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart lfr A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) Bruns,Inc., General Contractors PO Box 981, Windermere, FL 34786(407)827-4338 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) St.Paul Fire and Marine Insurance Company 385 Washington Street,St.Paul,1VIN 55102 (612) 310-7911 a corporation duly organized under the laws of the State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee,Florida (Here insert full name and address or legal title of Owner) 150 N.Lakeshore Dr., Ocoee,FL 32761 as Obligee,hereinafter called the Obligee,in the sum of Five Percent of Amount Bid Dollars ($ ---5%--- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, The Principal has submitted a bid for (Here insert full name,address and description of project) Bid No.B00-04,Starke Lake Public Boat Ramp Restroom Facility,Lakeshore Dr., Ocoee,FL 34761 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified -in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of April 2000 13ruus• Inc.. General Contractors (Principal) (Seal) (Witness) (This)� �j� St. Paul Fire and Marine Insurance Company àtAJLuC. A t (sumo.) (Seal) Jeffrey RMclt owe))) Attorney-in-Fact& Florida Licensed Resident Ageti Inquiries: (407)780-7770 AIA DOCUMENT A310.BID BOND.AIA©.FEBRUARI I971)ED. THE AMERICAN INSTITUTE OF ARCHI rECTs, 17I5 N.Y AVE.,N.W.,WASI IINGTON,D.C. 2000ti 1 {The&Pai l - POWER OF AIrTORNEY Seaboard Surety Company United Stales Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company • Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company n n Power of Attorney No. 20962 Certificate No. 3 n e r— ' KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York.and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company arc corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Jeffrey W.Reich, Susan L. Reich,Kim E.Niv and Teresa L.Robinson Altamonte Springs Florida of the City of ,State ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument lobe.signed;andsealedjthis_> 1st day of _ December 1999 . .._rya r , .7') Seaboard Surety Company : .United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance:Company Fidelity and Guaranty Insurance Company St.Paul Guardian InsuranceiCompany,_`. Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Cpany ,'om i',- St1£Tf. Jy""6 4 O\'µA l.. ,NSUgq=4 4° Y �3- .• `` I'•,G �^ �'T� rG0Ri I=+GOpPOR4TFc1 > 6 • �`A' 777fff G7 ,,; : 'Tr * 1 � . ier74'. JOHN F.PHINKEY,Vice President �. ~' _t 4� "SER e`•.SSALja w 1896 1977 4cp*ne o, Yc5 °}S.AN�if 'tr...,..��a �r A .c4 � *� o y� (� Ir ' f�- State of Maryland dt • 11 `^�". Iz• -K +� City of Baltimore MICHAEL R.MCKIBBEN.Assistant Secretary On this 1st day of December 1999 ,before me, the undersigned officer, personally appeared John F. Phinney and Michael R. McKibben,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company.St. Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company.St.Paul Mercury Insurance Company.United States Fidelity and Guaranty Company.Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters.Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they,as such,being authorized so to do.executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. csvp EAS(F•y C� Z'- „_""" ,�,Q,��1,1 - V/��� r""'�`'' 27 a 0`,` le No In Witness Whereof,I hereunto set my hand and official seal. PtBttcY My Commission expires the 13th day of July,2002. '�H �o F CitV REBECCA EASLEY-ONOKALA,Notary Public t36203 Rev. 11-99 Printed in U.S.A. / This Power of Attorney is granted tinder and by the authority of the following resolutions adopted by the(Joints of Directors of Seaboard Surety Company,St,Paul Fire and Marine Insurance Company,SI. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company, United Stales Fidelity and Guaranty Company, , Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc,on September 2, 199H,which resolutions arc now in full force and effect,reading as lot lows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Michael R.McKibben,Assistant Secretary•of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this 27th day of April ,2000 eaAE7f ,IPE y ' Oi*r'Nr`9 Jpi tNS4q S t � Y y q,^ _ fm /Z/:/` __'� �t n tKORPOaatro� 1927 SOX VON�,.'�Z �y`;"pPYOYE ,f - ~y t��•.SEAL3' N 1896 1977 1951 m9 7,:si 4 eN�E�` `SEALfa�or !,, aae c/ . . t• • �, Michael R.McKibben,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-421-3880'rind ask for the Pow_er;of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. .f Y , r ,y `lt - (� • • ice; t THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Bruns,Inc.,General Contractors (Here insert full name and address or legal title of Contractor) PO Box 981,Windermere,FL 34786(407) 827-4338 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) St.Paul Fire and Marine Insurance Company 385 Washington Street,St.Paul,MN 55102 (612)310-7911 a corporation duly organized under the laws of the State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee,Florida (Here insert full name and address or legal title of Owner) 150 N.Lakeshore Dr.,Ocoee,FL 32761 as Obligee,hereinafter called the Obligee,in the sum of Five Percent of Amount Bid Dollars ($ ---5%--- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, The Principal has submitted a bid for (Here insert full name,address and description of project) Bid No.B00-04,Starke Lake Public Boat Ramp Restroom Facility,Lakeshore Dr.,Ocoee,FL 34761 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of April 2000 Bruns,Inc.,General Contractors (Principal) al) (Witness) - ?p , (Title) G•�'� ��I����(�� �/� St.Paul Fire and Marine Insurance Company ( { :2‘ (Surety) (Seal) (Witness) I Jeffrey ch (Title) Attorney-in-Fact& Florida Licensed Resident Agent Inquiries: (407)786-7770 AIA DOCUMENT A310.BID BOND.AIA 0.FEBRUARY 1970 ED.THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C. 20006 • - POWER OF ATTORNEY meS�Paul Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company • Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 20962 Certificate No. 2 r KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Jeffrey W.Reich, Susan L. Reich,Kim E.Niv and Teresa L.Robinson Altamonte Springs Florida of the City of ,State ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings re aired or permitted in any actions or proceedings allowed by law. .tea _ ;. y IN WITNESS WHEREOF,the Companies have caused this instrumenrt4e signeOnd-sealed this) 1st day of December 1999 Seaboard Surety Company Ns' Y� {( United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Co pany � Fidelity and Guaranty Insurance Company St.Paul Guardian InsuranceCompany >' Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company irer-er" ' 54Y+Ely .-riRcy ,,N IR y:nstq tY,l,b ' ` ..yijyt� 1't 1v,i. p,_ 0, 9 ��P,...........y� cF,o! C'�y @cY3 plYa� �v rn ,.� ';a •,��i pm.. CORPy �m '�pR?-URT in w t RumC �O lariPoRvl� 1927 e k''f 1696 s 1977.F. JOHN F.PHINNEY,Vice President + sl , :SEAL.o'i :SSRL,e� N tb - 1951 ��OFAEYt r,��uccc °.1S.A yat•J ��r.._.�N �f �fi..`c"t� ! � w✓+ A State of Maryland \ R. ,. City of Baltimore MICHAEL R.MCKIBBEN,Assistant Secretary On this 1St day of December 1999 ,before me,the undersigned officer,personally appeared John F. Phinney and Michael R.McKibben,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. pEAS(F`, 4�Axt..4. V/ti4 0cc 410 ny a In Witness Whereof,I hereunto set my hand and official seal. pU TAR). BVC My Commission expires the 13th day of July,.2002. ogEC1V�o REBECCA EASLEY-ONOKALA,Notary Public 86203 Rev. 11-99 Printed in U.S.A. THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart .fin rsi tr� F ORidA Client AIA Document A310 SrJRETY sok Bid Bond oNds,INC. cOPY KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) Bruns,Inc.,General Contractors PO Box 981,Windermere,FL 34786 (407) 827-4338 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) St.Paul Fire and Marine Insurance Company 385 Washington Street,St.Paul,MN 55102 (612)310-7911 a corporation duly organized under the laws of the State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee,Florida (Here insert full name and address or legal title of Owner) 150 N.Lakeshore Dr.,Ocoee,FL 32761 as Obligee,hereinafter called the Obligee, in the sum of Five Percent of Amount Bid----------------------------- ----- --- Dollars ($ ---5%--- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,The Principal has submitted a bid for (Here insert full name,address and description of project) Bid No.B00-04,Starke Lake Public Boat Ramp Restroom Facility,Lakeshore Dr.,Ocoee,FL 34761 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of April 2000 Bruns,Inc.,General Contractors r !� CA/1.-M1.1Y-1-1 ( ()rincipal) ��Seal (Witness) �•A • (Title) • St.Paul Fire and Marine Insurance Company (Surety) (Seal) (Witness) Jeffrey W.Reich (Title) Attorney-in-Fact& Florida Licensed Resident Agent Inquiries: (407)786-7770 AIA DOCUMENT A310.BID BOND.AIA©.FEBRUARY 1970 ED.THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C. 20006 _ April 1,7, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall modify and become a part of the original Bid Document for the Starke Lake Boat Ramp Public Restrooms. Changes are as follows: Section 10530; Aluminum Sun Screen 1.0 Shall be manufactured by Dittmer Architectural Aluminum, 1006 Shephard Road, Winter Springs, Florida, 32708 or by a manufacturer of equal quality materials,to withstand the hurricane force winds and hail damage. e Tolbert • Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid. Respondent: Signature: Street Address: City, State,Zip Code: Name and Title: . Telephone Number: Federal I.D. # 1 April 17, 2000 ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO. 00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall mod f 'and become a part of the original Bid Document for the Starke Lake Boat Ramp Public Restrooms.. This addendum is a result of the Pre-Bid Conference held April 13, 2000 at 10:00 AM and the attached questions from D.B. O'Keef Construction Inc.faxed on April 10, 2000 and on April 12, 2000: Attachments: 1. The Standard Form of Agreement,AIA Document A105. 2. Pre-Bid Conference Sign-in Sheet. 3. Request from Don Beach & Associates, Ltd.: Page 11 of the Invitation to Bid, Section 12, Contract; The contract work shall not be divisible, but shall be awarded, if an award is made, to a single respondent. The following are responses to the questions from D.B. O'Keef Construction Inc.: RFI#001 (1):Use Section A2,Drawing A2 and Section 1, Drawing S-1 as a cross section. (2): Detail shown'on.Drawing.S-1, Section 1 and 2. Drinking fountain and vending machine area slab shall match the finished slab. RFI#002 (1): The size of the plywood roof deck is one-half inch (1/2") minimum. RFI#003 (1): Yes, per specification Section 06100.. The following are clarifications as a result of the Pre-Bid Conference: 1. The sunscreen shall be bid as part of the scope of work, not as an alternate. 2. The power shall come across N. Lakeshore Drive. No conduit under the road. The City shall entertain open trench or bore &jack at the respondent's option. 3. Section 01400, Quality Control, Paragraph 2.0; The City building permit is waived and there will be no impact fees as this is a City building. 4. Sheet C-3, Backflow Preventer; the one inch water meter and the BFD to be provided by the City. 5. Sheet C-1; the City will provide the tap. 6. Sheet C-2; the proposed lift station shall be bid as part of the scope of work. 7. The Contractor will be allowed to close the road, as needed, during the project. 8. The sod grass shall be bahia. 1 Page-2- Addendum No. 1; Bid B00-04; Starke Lake Boat Ramp Public Restrooms. 9. Sheet P-1; the Breezeway floor drain shall be connected to the sanitary sewer. d-Ci ce Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid. Respondent: Signature: Street Address: City, State, Zip Code: Name and Title: Telephone Number: Federal I.D. # 2 • • - Standard Form of Agreement Between Owner and Contractor For a Small Project where the basis of payment is a Stipulated Sum AIA Document A105 - Electronic Format BECAUSE THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES,WE ENCOURAGE.YOU TO CONSULT WITH AN ATTORNEY BEFORE SIGNING IT. SOME STATES MANDATE A CANCELLATION PERIOD OR REQUIRE OTHER SPECIFIC DISCLOSURES,INCLUDING WARNINGS FOR HOME IMPROVEMENT CONTRACTS,WHEN A DOCUMENT SUCH AS THIS WILL BE USED FOR WORK ON THE OWNER'S PERSONAL RESIDENCE. YOUR ATTORNEY SHOULD INSERT ALL LANGUAGE REQUIRED BY STATE OR LOCAL LAW TO BE INCLUDED IN THIS AGREEMENT. SUCH STATEMENTS MAY BE ENTERED IN THE SPACE PROVIDED BELOW,OR IF REQUIRED BY LAW,ABOVE THE SIGNATURES OF THE PARTIES. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY BE MADE BY USING AIA DOCUMENT D401. Copyright 1993 by The American Institute of Architects, 1725 New York Avenue,N.W., Washingtbn,D.C.20006-5292. Reproduction of the material herein or substantial quotation of its provisions without the written permission of the MA violates the copyright laws of the United States and will subject the violator to legal prosecution. This AGREEMENT is made: (Date) • BETWEEN the Owner: City of Ocoee. 150 Noth Lakeshore Drive Ocoee. FL 34761-2258 and the Contractor: • • for the following Project: Starke Lake Boat Ramp Public Restrooms • The Architect is: • • The Owner and Contractor agree as follows. • • • • AIA DOCUMENT A105.OWNER-CONTRACTOR AGREEMENT•.SMALL PROJECTS EDITION•AIA•COPYRIGHT 1993•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W.,WASHINGTON, D.C. 20006-5292.This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A105-1993 User Document: STARK105.DOC.-4/7/1998.AIA License Number 102743,which expires on 9/8/2001 — Page#1 • • ARTICLE 1 THE CONTRACT DOCUMENTS The Contractor shall complete the Work described in the Contract Documents for the project. The Contract Documents consist of: •.1 this Agreement signed by the Owner and Contractor; .2 AIA Document A205,General Conditions of the Contract for Construction of a Small Project,current edition; .3 the Drawings and Specifications prepared by the Architect,dated ,and enumerated as follows: Drawings: Specifications: .4 addenda prepared by the Architect as follows: .5 written change orders or orders for minor changes in the Work issued after execution of this Agreement;and .6 other documents,if any,identified as follows: ARTICLE 2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION DATE (Insert the date or number of calendar days after the date of commencement.) . Insert A: The date of commencement shall be established by a notice to proceed issued by the City of Ocoee. The notice fQ proceed shag _te issued oriorjg receipt by the Cliv from the Contractor of the required payment and performance bonds_afamyLang1.212reauired certificate&insurance certifyinqjbat.. -reauired insurance coveraaes jueja place._ Contractor shall submit the bonds (if any) and the insurance certificate for review and approval by the City not later than 10 days from the date of executiohn of this agreement. Failure to submit the reauired bonds and insurance certificates in p timely fashion shall be deemed a material breach of this aareement allowina City to terminate same. ARTICLE 3 CONTRACT SUM 3.1 Subject to additions and deductions by Change Order,the Contract Sum is: 3.2 For purposes of payment,the Contract Sum includes the following values related to portions of the Work: Portion of Work Value 3.3 The Contract Sum shall include all items and services necessary for the proper execution and completion of the Work. ARTICLE 4 PAYMENT 4.1 Based on Contractor's Applications for Payment certified by the Architect,the Owner shall pay the Contractor as follows: AIA DOCUMENT A105.OWNER-CONTRACTOR AGREEMENT•SMALL PROJECTS EDITION•AIA•COPYRIGHT 1993•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE.N.W.,WASHiNGTON, D.C.20006-5292. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A105-1993 User Document: STARK105.DOC—4/7/1998.AIA License Number 102743,which expires on 9/8/2001 —Page#2 ' (Here insert payment procedures and provisions for retainage,'if any.) - 4.2 Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate of,or in the absence thereof,at the legal rate prevailing at the place of the Project. (Usury laws and requirements under the.Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business,the location of the Project and elsewhere may affect the validity of this provision.) ARTICLE 5 INSURANCE 5.1 The Contractor shall provide Contractor's Liability and other Insurance as follows: (Insert specific insurance required by the Owner.) 5.2 The Owner shall provide Owner's Liability and Owner's Property Insurance as follows: (Insert specific insurance furnished by the(honer.) 5.3 The Contractor shall obtain an endorsement to its general liability insurance policy to cover the Contractor's obligations under Paragraph 3.12 of AIA Document A205,General Conditions of the Contract for Construction of a Small Project. 5.4 Certificates of insurance shall be provided by each party showing their respective coverages prior to commencement of the Work. ARTICLE 6 OTHER TERMS AND CONDITIONS (Insert arty other terms or conditions below.) 6,1 DISPUTE RESOLUTION .8_s_a condition precedent to the filing of any suit or other legal proceeding,,the parties shall endeavor_to resolve claims. disputes or otherinatters in question by mediation. Mediation shall be initiated by any party by serving a written request for same on the other party. If the parties cannot agreeQlr to selectionaf., mediator. then the Owner_shall select the mediator. who. if selected solely by the Owner. shall be a mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall t e filed until the mediator declares n impasse, which declaration, in any event, shall be. issued by the mediator not later than sixty (60)days.after the initial conference. 6.2 ATTORNEY'S FEES- in the event that either oarty seeks to enforce this contract by way of legal action. and the matter is placed in the hands of any attorney, then the prevailing party shall recover its attorneys' fees and the court shall determine the amount of such fees and allow recoverytQ said prevailing party in enterinq-Q judgment,_ The parties agree that entitlement tQ attorneys' fees under this agreement shall be deemed to include all appellate attorneys'fees, 6.3 NO DAMAGES TO DESIGN/BUILDER FOR DELAY. DISRUPTION OR ACCELERATION An extension of time shall be the sole remedy available to the Contractor for delay. disruption or acceleration. Under no circumstances shall the Contractor,, entitled t4 damages ffr delay, distribution, acceleration,Q_any extension Qf performance by the Contractor. AIA DOCUMENT A 105.OWNER-CONTRACTOR AGREEMENT•SMALL PROJECTS EDITION•AIA•COPYRIGHT 1993•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W.,WASHINGTON, D.C.20006-5292. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A105-1993 User Document:STARK105.DOC—4/7/1998. AIA License Number 102743, which expires on 9/8/2001 —Page#3 • • • This Agreement entered into as of the day and year first written•above. (If required by law,insert cancellation period,disclosures or other warning statements above the signatures.) OWNER CONTRACTOR • (Signature) (Signature) (Printed name,title and address) (Printed name,title and address) LICENSE NO.: JURISDICTION: • AIA DOCUMENT A105.OWNER-CONTRACTOR AGREEMENT•SMALL PROJECTS EDITION•AIA•COPYRIGHT 1993•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE,N.W., WASHINGTON, D.C. 20006-5292. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A105 -1993 User Document: STARK105.DOC—4/7/1998. AIA License Number 102743,which expires on 9/8/2001 —Page#4 • • B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS PRE-BID SIGN-IN SHEET APRIL 13,2000 10:00 AM No. BIDDER ADDRESS TELEPHONE/FAX# CONTACT/SIGNATURE 1 Bruns, Inc. ?.D. tFOY W 8 7- 433g- /4124 v►» Sr� ,. f47r) g27_4? 471_142c j 7 2 Pro-Spec, Inc. 3 DJ Haycook Construction ell' C. F/25T s 40-0302-055I L filo i5o. 1 Ncop_ , F 1. .32772 ,¢D 7)�2 D6°Z ✓ � o0 4 Roe Construction& Utility Services, Inc. t4-a k hiz s 2 cr v y gS' 5 Bolena Construction Inc. d /. 3 2`�v� �q7 S-gr3 34 AF-LA/ 774--/77a 57-- e`f 1 6 C.F.Tuohey Construction C3 sa y 7 D.B.O'Keef Construction ,i1'0 3 k c< +\l«sUvr .3z6 - .kgo 3ti7 vg 7X7 - ya03 226w9,*' 7s,g-)11/ S of RANIa,r' 8 Superior Construction // l_ S � � � �►��^� Maintenance Inc. r7�7�M" g 6Z')yo 9 M.J. Simpson Corp 10 RBM Plumbing Inc. /6664/elit 4peef-e-e— • B00-04 •STARKE LAKE BOAT RAMP PUBLIC RESTROOMS PRE-BID SIGN-IN SHEET APRIL 13,2000 10:00 AM No. BIDDER ADDRESS TELEPHONE/FAX# CONTACT/SIGNATURE 11 peas), Arc to -2° C f t r o L, cr. 1107 .8-77-l66 001 u. Dc 0 r r 3476,1 uo7 oa L o/t/•4i Z Piz 07-- W0•-3/20 12 I/^ � pod V_ �� D 37o Z� V eM�(ke5 O 2 j , �'l 35 13 /41,c ��4- 1e(sor; Irc 19 /3E. Co/0 /4l4(1- L/01-57 4- 4eri'p(2 (04/4,n ,FL 3 4 qv-7- S'?V'77o.5- rt1X f S S r64f--9 pate4 icy scu it6 1 � 6(093/35-0 vl iz) 83I- o 0 ctq ,75-- Cc4SSc[J4 err , Fe. 3,2707 °��3( .19�5 ,o,e,<;ck 15 16 17 18 19 20 • jj DON BEACH & ASSOCIATES, LTD. l 0I MANUFACTURERS REPRESENTIVE REQUEST DATE: 4/ 12/2000 TO: CITY OF OCOEE ORANGE COUNTY, FL. ATT: JOYCE TOLBERT RE: STARKE LAKE BOAT RAMP -PUBLIC RESTROOMS #B0004 We are requesting your permission to bid the extruded aluminum wall louvers by "Arrow United" company. per section 8300. Also, the (2) roof exhaust fans by "Carnes" corp. and the exhaust grilles by "Carnes" corp. NOTE; IF YOU DO NOT ALREADY HAVE CATALOGS PLEASE LET ME KNOW and I will get them to you A.S.A.P. THANK YOU, DON BEACH I062 Aasu.CIRCLE • OVIEDO,FLORIDA 32765 • PHONE:407.359.6390 • FAX:407.359.6389 .Rpr 10 00 01 : 42p p. 1 D. B. O'KEEF CONSTRUCTION INC. 1403 AKItON I)UIV1r. I,EESUUItC, ILL 34748 Fax Transmission Cover Sheet DATE: -V_/ - 0 TIMt: PLEASE NOTIFY IMMEDIATELY • COMPANY: i- ; `,-\ . _ -- PHONE: y(/7_ ,5-‘- 2 3a • 9/SICPI-IONE: 362 J 326-8801 _ FAX: re,- _ CS� _ 77 3� PAX: 362/ 787-4203 Rr_: _ 4e r- /--4K(- Z3QA\ @4',^n 1s5S�12c)nw\S Number of pages Including cover sheet: COMMENTS: CT 6 [ 7- (V ifdc S cr/a/1/ rc F-L o0 re ` V/Lou �SIN — g-2- N�c 4/PcSA -(rl/N F,IC/5- .,4 L UKr1- 3 C r2�s�s�f� s L o c4 7-6- L7 ~-bf-cuA f K Jaw -rvoT 7 Li- ?' I s TYj-'C 0 4,J{F- ✓I6COh-0 9 4414T .15 7-4 'r. 0 7/ 71 )) o " r T 1-1F 7-rem i rir 4 •oAlc 5h ,Y) et sI . -CLU)-(S.e.0 14 19-- d' f(.i,n urn-kt-e.r1 VOr o zL Mrjr..kl sc; -s 6cL OJ lipr UU 07: 58a • p. l 1). 11. 0' K_LLI11 CONSTR C HON I N C• 1403 AKRON DRIVE LEESIJURG, FL 34748 Fax Transmission Cover Sheet DA1 E: _.-._-- / TIME: — -- - I'I.,IEASE NOTIFY IMMEDIATELY TO: (7, ) Ol -0 -1 F. .r i, vr'1 FROM: k\-k - COMPANY: o C l r, Q PRONE: PHONE: 362 I 326-8801 rnx: yp, _ G 5 _ 7 [" FAX: 362 1 787-4203 RE: _ �AiP 1C� 4l«" /T��S i r�ao"V. S Number of pages Including cover sheet: J COMMENTS: 4 /'veil/ o r woo Thi==.1 K cl s 0 ifs 77n/ ,-D c kR ? 6 VL,e �r u_Qi• .. .Y Ic�- rvthl inn c,c,rn Apr 12 00 09: 02a p. 1 I). B. O'IEEE CONSTRUCTION INC. 1403 AKit(.)N 1)RIVF; 1,EESUUIU , EL 34748 Fax Transmission Cover Sheet DATE: `_ /7/i4 TIME: PLEASE NOTIFY IMMEDIATELY TO: jr r' / 0 p..L. FROM :L \\N . COMPANY: �<� U �/'�r•cj'l�tS? �_ PHONE: PHONE: 362/ 328-8801 FAX: vot - FAX: 362/ 7874203 RE: Number of pages Including cover sheet: COMMENTS: # , AT' gco_o .5 7-7-7 6--a//i/ 5 r g r,eocj/ns E T fl E c 67Vs cS 4 L 4 j O( /a) -- ,4)/ p sV1� "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERGRIFT CITY OF OCOEECOMMISSIONERS DANNYHOWELLI50 N.LAKESHORE DRIVESCOTTANDERSONOCOEE,FLORIDA 34761-2258 RUSTY JOHNSON (407)656-2322 NANCY J.PARKER CITY MANAGER ELLIS SHAPIRO CITY OF OCOEE INVITATION TO BID #B00-04 - FOR STARKE LAKE BOAT RAMP PUBLIC RESTROOMS poWF' 1 Protect Ocoee's Water Resources 4 �. 4 y ry P t fy,�- # 4 ...f`J 1 : L1V:91'' '{�,V A � t,.. Af;i�'4' s�;r `` r a"i..� t ,,- 2 gi. n;S'r�" 1 ,-F1 �' 1 t t-g t 11):/� '�z..."�-rr yr.s `�`G s'..-'�, ,z #r-i �,.t.9i �+ � ®� jl V I-( 17,-� �s,cam {, _ ®f _ BID DOCUMENTS 4 Legal Advertisement 5 thru 18 Invitation to Bid 19 Signature Sheet BID-04 Bid Sheet ARCHITECTURAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01010- 1.0 Summary of the Work 01020 Alternates(None) 01030- 1.0 thru 4.0 Substitutions 01040- 1.0 thru 3.0 Code of Conduct and Dress 01300- 1.0 thru 6.0 Submittals 01400- 1.0 thru 9.0 Quality Control 01500- 1.0 Bonds 01700- 1.0 thru 5.0 Contract Close-Out DIVISION 2-SITE WORK DIVISION 3-CONCRETE DIVISION 4-MASONRY 04200- 1.0 thru 2.0 Unit Masonry DIVISION 5-METALS(Not Used) DIVISION 6-WOOD 06050- 1.0 Fasteners • 06100- 1.0 thru 4.0 Rough Carpentry 06170- 1.0 thru 2.0 Prefabricated Structural Wood 06200- 1.0 thru 3.0 Finish Carpentry and Millwork DIVISION 7-THERMAL AND MOISTURE PROTECTION 07310- 1.0 thru 4.0 Shingles 07460- 1.0 thru 3.0 Vinyl Siding 07600- 1.0 thru 4.0 Flashing and Sheet Metal 07810- 1.0 thru 3.0 Skylights 07900- 1.0 thru 6.0 Sealants and Caulking POW . ' . 2 Protect 0coeo's Water Resources DIVISION 8-DOORS AND WALL LOUVERS 08100- 1.0 thru 10.0 Hollow Metal Doors and Frames. 08200- 1.0 Finish Hardware 08300- 1.0 thru 3.0 Extruded Aluminum Wall Louvers 08400- 1.0 thru 4.0 Access Doors and Panels DIVISION 9-FINISHES 09200 Exposed Dens-Glass 09300- 1.0 thru 6.0 Quarry Tile and Base !~( 09900- 1.0 thru 4.0 Painting DIVISION 10-SPECIALTIES 10426- 1.0 thru 3.0 Signage and Graphics 10530- 1.0 thru 7.0 Aluminum Sun Screen 10800- 1.0 thru 2.0 Toilet and Bath Accessories DIVISION 11-EQUIPMENT(Not Used) DIVISION 12-.FURNISHING(Not Used) DIVISION 13-SPECIAL CONSTRUCTION(Not Used) DIVISION 14 CONVEYING SYSTEMS(Not Used) DIVISION 15-MECHANICAL SYSTEMS DIVISION 16-ELECTRICAL DIVISION 17- LIFT STATION END OF TABLE OF CONTENTS . i 7 POIRM- 3 Protect Ocoee's.Water Resources LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B00-04, STARKE LAKE BOAT RAMP PUBLIC RESTROOMS, no later than 10:00 AM, local time, on APRIL 27,2000. Bids received after that time will not be accepted or considered. •No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive,' Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Commission Conference Room on the above-appointed date at 10:01 AM, local,time, or as soon thereafter as possible. A Pre-Bid Conference will be held on APRIL 13, 2000 at 10:00 AM at Ocoee City Hall Commission Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. The conference will include a review of the bid documents,.a question and answer period and a familiarization site visit. All respondents will be held liable for contents as presented at the pre- bid conference. No further questions or concerns' will be accepted following the Pre-Bid Conference. Prospective bidders may secure a copy of the bid package from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258 for a non-refundable fee of$10.00. Partial sets of bid.documents will not be issued. All bids shall be submitted as (1) one original and twelve (12) copies in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No facsimile or telegraphic submissions will be accepted. City Clerk March 26,2000 • ♦_J PoWV' . 4 Protect Ocoee's Water Resources CITY OF OCOEE INVITATION TO BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS INTENT: Sealed bids for Bid#B00-04 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter - called"Respondent". The proposed Contract will be for the labor, materials, equipment, and services for the Starke Lake Boat Ramp Public Restrooms for the City of Ocoee in conformance to the "Architectural Specifications" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before'submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil.No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal,member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of Ts each officer, director,and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be.addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Buyer (407)656-2322, extension 91516 and fax (407)656-7835, not later than April 13, 2000. Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. j C. This bid must be received as one (1) original and twelve (12) copies by the Finance Department not later than 10:00 AM, local time, on April 27, 2000. Bids received by the Finance Department after the time and date specified, will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by facsimile will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number,title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert,Buyer '150 N Lakeshore Drive Ocoee, FL 34761-2258 POWF! I' S Protect 0coee's Water Resources 6,r D. Bids will be publicly opened and read at Ocoee City Hall Commission Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 10:01 AM; or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly,noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Guaranty in the form of a Cashier's or Certified check or Bid Bond; b) Insurance Certificate; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has done so. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If"NO BID", so state on face of envelope or your company may be removed from.the City's vendor list. No claim for additional'compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. A Pre-Bid Conference will be held on April 13, 2000 at 10:00 AM at Ocoee City Hall Commission Conference Room, 1.50 N. Lakeshore Drive, Ocoee, Florida 34761-2258. The conference will include a review of the bid documents, a question and answer period and a familiarization site visit. All respondents will be held liable for contents as presented at the pre-bid conference. No further questions or concerns will be accepted following the Pre-Bid i Conference. H. Any response by the City to a request by a respondent for clarification or correction will be made in the,form of a written addendum which will be mailed e-mailed or facsimiled to all parties;to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to the. respondent's bid, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are warned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. POW!' 6 Protect Ocoee's Water Resources I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. . The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and,responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to. submit such evidence of respondent's. qualifications as the City may deem necessary, and-may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City shall be the final authority in the award of any and all bids. 7 Po Protect Ocoee's Water Resources GENERAL TERMS & CONDITIONS: 1. BID GUARANTY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guaranty that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly issued by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverages is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. • e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. 2. PERFORMANCE AND PAYMENT BONDS a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City and authorized to do business in the State of Florida and signed by a Florida Licensed Resident Agent. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. POWFPOINTI,4 8 Protect Ocoee's Water Resources q 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall.not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specificallycalled for on the Scope of Work/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; POW!' 9 Protect Ocoe0 Wales c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) 'Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance,whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: Bid will be awarded to the overall lowest respondent most responsive to the following criteria: • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time Pow!' to Protect Ocoee'sWater fcsuurces 9. LITERATURE: - If called for on Bid Schedule, of the specifications, descriptive literature/brochures must be included with this bid in order to properly evaluate make/model offered. Bids submitted without,same will be considered non-compliant and disqualified. 10. DISPUTES: Any actual or prospective respondent who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file such protest in writing to the Office of the City Manager. 11. PAYMENT TERMS: Payment will be based upon monthly draws equal to the percentage of work complete less 10% retainage to be paid when job is complete, unless otherwise stated in the contract. Payment for work completed will be made within(30) days of approved invoice. No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services,have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales&Use Tax Exemption Certificate No. 58-11-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Respondent, hereinafter may be referred to as "Contractor", shall enter into a contract with the City. b) The Contract work shall not be divisible,but shall be awarded, if an award is made, to a single respondent. c) The Contract, if awarded, shall not be construed to create unto the Contractor any exclusive rights with respect to the Contractor's profession or other service with the '_ City. The City may in its sole discretion award any additional work, whether in the existing areas, or in any addition to the existing areas, or any additional area, to any i third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. . 11 POWF Protect Ocoee's Water Resources 00 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All.heavy equipment must have, where applicable, (0 back-up alarms, (b) boom angle indicator, ( c) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet.' o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Waste Management of Orlando, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. POW 12 Protect Ocoee's Water Resources 15. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 16. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room,work areas, time clocks, locker rooms and other storage and dressing areas,parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed • contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 j which are not exempt from the provisions of the Equal Opportunity clause, and that-the Li respondent will retain such certifications in the respondent's files. j The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by r1; the U.S. Secretary of labor, are incorporated herein. 17. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those +; named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee.Neither the Affiant nor the above namedentity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive .pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution -�� of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee. directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or POWY . - 13 Protect Ocoee's Water Resources indirectly benefit by the profits or emoluments of this proposal. (For purposes of this . paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by _ the respondent to perform the services as stated. 18. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convic, ed vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. POW 14 Protect 0coee's Water Resources 19. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration. Please contact the City's Protective Inspections Department at (407)656-2322, ext. 91000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. 20. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida and which maintain a Best's Rating of"A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees.unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under'the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Agreement COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect the Contractor from claims for damage for personal.injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by POW-r 15 Protect Ocoee's Water Resources ; the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) BODILY INJURY LIABILITY ifI • $100,000 operations each claim person L_J • $100,000 completed operations each claim per person 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $100,000 each claim per person 3) PROPERTY DAMAGE LIABILITY (other than automobile) • $100,000 each claim per person • $300,000 operations per claim • $300,000 protective per claim(covering subcontractors) • $300,000 contractual per claim d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. e) Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits: 1) BODILY INJURY LIABILITY • $100,000 each claim per person 2) PROPERTY DAMAGE LIABILITY ♦ $100,000 each claim per person f) Contractual Liability - Work Contract: The Contractor's insurance shall also include L contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy, its effective date, its termination date. L 2) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. 16 POWF Protect Ocoee's Water Resources 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 22. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. PoWF 17 • Protect Ocoee's Water Resources 41 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): • Have you any similar work in progress at this time? Yes_ No _. Length of time in business Bank or other financial references: (Attach additional sheets if necessary) ; 18 .POW' Protect Ocoee's Water Resources SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. FIRM NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS i ' ij IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this day of ,20 Personally known or - Produced Identification- • Notary Public-State of (Type of Identification) County of Signature of Notary Public j= Printed,typed or stamped 1 ; commissioned name of Notary Public • Pa 19 Protect ttcoee's Water Resources 40 BID SHEET BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS Total Bid for Scope of Work Indicated in the bid documents: Dollars & Cents Completion of the work shall be accomplished within calendar days from "Notice to Proceed". WARRANTIES: Labor: Material: • BID-04 I ARCHITECTURAL SPECIFICATIONS BID #B00-04 STARKE LAKE BOAT•RAMP PUBLIC RESTROOMS • DIVISION 1 GENERAL.REQUIREMENTS SECTION 01010 SUMMARY OF THE WORK 1.0 Furnish all labor, materials, equipment, and services necessary to construct and make complete for its intended use, these public rest- 1 rooms for the City of Ocoee's Boat Ramp on Starke Lake as de- , scribed in these documents. SECTION 01020 ALTERNATES -NONE • r-� SECTION 01030 SUBSTITUTIONS 1.0 Must be approved prior to bidding. 2.0 Requests for Substitutions must be: 2.1 made in writing (fax acceptable) and; 2.2 received by the Buyer twelve (12) working days before bid date I ! 2.3 include a cut sheet (catalog sheet) of both: 2.3.1 proposed substitution AND 2.3.2 original product identified as basis of design. 2.4 Product literature required in 2.3 above must have all variances between products marked with colored highlighter. 3.0 Failure to comply with provision of Article 2 above will result in automatic rejection of the request. 4.0 All bidders will be advised by addendum posted 4 days before bid of approved substitutions. SECTION 01040 CODE OF CONDUCT AND DRESS 1.0 All personnel employed by the contractor, his/her subcontractors, vendors and suppliers will comply with these provisions. 2.0 Dress: 2.1 shirts with sleeves at all times 2.2 no skirts or dresses 2.3 if shorts are permitted by OSHA and employer of the individual, the hem must reach mid-thigh 2.4 shoes or boots at all times. • . _ •l 3.0 Conduct: • 3.1 Language- no profanity, swearing, cursing, racial/ethnic slurs, etc, will be tolerated. 3.2 Treat one another, city residents and city employees with respect. 3.3 Music may not be played loudly at the site. If asked to turn down volume or to refrain from operation of radios, tape decks, CD _J players, etc, personnel on site will politely and positively respond to same. SECTION 01300 SUBMITTALS 1.0 Certify all items specified were used in the completion of this project. 2.0 Where contractor proposes the substitution of a product or item not identified as the basis of design. The request for substitution must be made for the architects review and approval prior to placing an order for that item. 3.0 Be on a submittal form to identify Project, Contractor, Subcontractor or Supplier, and pertinent Contract Document referenced. sl 4.0 Apply Contractor's stamp, signed or initiated, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. 5.0 Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. 6.0 Revise and resubmit submittal as required; identify all changes made since previous submittal. SECTION 01400 QUALITY CONTROL 1.0 Workmanship 1.1 This construction herein required shall be accomplished with a high degree of quality workmanship and shall be completed in a manner that meets or exceeds industry standards and long-term satisfaction of the Owner. 2.0 Codes and Permits 2.1 All necessary permits and fees required for construction shall be obtained and paid for by the Contractor. 2.2 Owner will waive the cost of a City Building Permit. 3.0 Temporary Facilities 3.1 Provisions shall be made for temporary utilities, facilities and controls as required to complete the project. Unless otherwise noted by the Contract Documents, all temporary utilities, facilities and controls shall be removed prior to final inspection. 3.2 Each Subcontractor shall make his own arrangements with the Contractor for provisions of storage facilities on the site. 4.0 Temporary Sanitary Facilities 4.1 The General Contractor, its Subcontractors and their employees will have access to the temporary sanitary facilities on site. 5.0 Temporary Electrical Power and Lighting 5.1 Contractor shall provide and pay for all temporary power. 6.0 Temporary Water i I 6.1 The Contractor shall provide temporary on-site water service for the needs and requirements of the Work. 7.0 Construction Environmental Protection 7.1 Comply with all pollution control regulations in effect at Project site for all materials, equipment and work procedures used on the project. See Civil Engineer's Documents. 8.0 Safety Protective Measures 8.1 Provide and maintain personnel and public safety and protective measures including, but not limited to, first aid facilities, barricades, illumination, fire protection, etc., as required by applicable laws and regulations. 8.2 Brace and secure all parts of the Work against storm and accident. Provide such additional forms of protection which may be necessary in the prevailing circumstances. 9.0 Tree And Plant Protection 9.1 All trees and plant material not marked for removal shall be protected from damage during construction. SECTION 01500 BONDS 1.0 See Contract Documents issued by the Owner. SECTION 01700 CONTRACT CLOSE-OUT , 1.0 The items listed in this Section shall not be considered as a complete listing and shall in no way limit requirements that may be stated in other parts of the Contract Documents, but rather should be considered as an aid in preparing for final inspection and project close-out. 2.0 Punch List: The following items shall be completed prior to request for final inspection: 2.1 All general construction completed and cleaned, including paving work. 2.2 All mechanical and electrical work substantially complete, fixtures in place, connected, cleaned and ready for use. 2.3 All electrical circuits schedules in panels, and disconnect switches properly labeled. 2.4 All painting completed. 2.5 All construction cleaned. All hardware installed and all doors in good working order. 2.7 All fine grading completed. 2.8 Grounds cleared of temporary offices, equipment and/or building supplies. 3.0 Warranties and Bonds 3.1 See Contract Documents issued by the Owner. 4.0 Operating Manuals and instructions: 4.1 At the time of substantial completion, the following items shall be furnished complete, as applicable for each and every piece of Fixed Equipment furnished: 4.1.1 Equipment diagrams 4.1.2 Operating instructions 4.1.3 Maintenance Manuals 4.1.4 Parts lists 4.1.5 Wiring Diagrams 4.1.6 Electrical Control Diagrams 4.1.7 Inspection Reports 4.1.8 Warranties. 5.0 Cleaning 5.1 Entire area within scope of this Work shall be completely cleaned, including all hardware, plumbing fixtures, electrical fixtures, tile work, etc., and shall be kept clean for the completion of this job. DMSiON 2 SITE WORK 1.0 See civil documents prepared by the City of Ocoee for this project. 2.0 See related sections of Division 3 Concrete. 3.0 Note that grades, spot elevations, as well as slopes in both the direction of travel and perpendicular to same, are specified to comply with the requirements of the Americans with Disabilities Act(ADA), which grant little or no tolerance. It is the General Contractor's responsibility to -`comply with the requirements detailed on the Structural and Architectural sheets of these Documents. Architect has some tolerance in these grades. Consultation with the Architect is recommended before setting forms or accepting "rough"grades. DIVISION 3 CONCRETE 1.0 See Structural Drawings S1 and S2. 2.0 See Section 1.2 of Division 2 Sitework. 3.0 Finishes as specified on Drawings. (Broom finish for warning strips and normal finish for sidewalks/ramps, parking space and Utility Room-add hardener to Utility Room floor only.) 4.0 Vapor barrier under all concrete. 5.0 Provide expansion and control joints as shown. 6.0 Reinforcing as called for on Architectural and Structural Drawings. DIVISION 4 MASONRY SECTION 04200 UNIT MASONRY 1.0 Concrete Masonry Units 1.1 Refer to Structural Drawings for material, reinforcing (vertical and horizontal) and grout. 2.0 Installation 2.1 Lay units plumb level and true using interior face of CMU in Toilet Rooms as control surface. 2.2 Use 'End' blocks at all openings for doors louvers, recessed equipment, etc. When required cut units with masonry saw, placing cut face away from opening. DIVISION 5 METALS- NOT USED. DIVISION 6 WOOD Refer to Structural Drawings, Wood Specification Notes. SECTION 06050 FASTENERS 1.0 Fastening Devices: All exterior nails, anchors, hangers and metal accessories to be hot dipped galvanized steel. Provide hurricane tie down straps or plate connectors as specified on Structural Drawings. Provide miscellaneous connectors as shown or reasonably implied on the Drawings. SECTION 06100 ROUGH CARPENTRY 1.0 General: Comply with "American Institute of Timber Construction" Manual 1985, "National Design Specifications for Wood Construction" 1991 Edition and Standard Building Code, Chapter 17. Discard material which is unsound, warped, bowed, or improperly treated. Set carpentry work accurately in location and elevation with members plumb and true. Scribe and cope to other work as required for accurate fit. 2.0 Pressure Treated Lumber: Wood in contact with masonry, concrete, or earth and elsewhere as shown on the Drawings, shall be pressure treated Southern Yellow Pine complying with AWPI LP-2. 3.0 Exterior Sheathing: Refer to Structural Drawings for exterior roof sheathing and nailing schedule. 4.0 Exterior wall sheathing, soffits, interior ceilings and skylight wells to be 1/2" Dens-Glass Gold as manufactured by Georgia-Pacific. 4.1 Soffits and ceiling and skylight walls to have painted finish. 4.1.1 Reinforce all joints with minimal two inch wide 10 x 10 woven glass tape set in Georgia-Pacific Speed Set Joint Compound. 4.1.2 Cover exposed Dens-Glass surfaces including boards and '_ joints with an even coat of Georgia-Pacific Speed Set 90 for a smooth finish over all exposed surfaces. 4.1.3 Prime with exterior grade alkyd or shellac-based primer. 4.1.4 Finish with two (2) coats of exterior grade paint compatible with applied primer-color white. 4.2 Roof must be complete or dried in prior to installing Dens-Glass ceiling and soffits. Install and finish in strict accordance with the manufacturer's instructions. ? SECTION 06170 PREFABRICATED STRUCTURAL WOOD 1.0 Refer to Structural Drawings: Pre-engineered Wood Truss Specifications and Notes. I 2.0 Submit Shop Drawings prepared by manufacture for review and approval prior to fabrication which illustrates: 2.1 gravity and uplift reactions of each truss 2.2 bracing per Structural Drawings 2.3 submittal to be signed and sealed by a Structural Engineer in the State of Florida, retained or in the employee of the truss manufacturer. SECTION 06200 FINISH CARPENTRY AND MILLWORK 1.0 Wood trim will be from any species of clear western wood suitable for staining. 2.0 Only first class materials and workmanship will be admissible in the execution of this work. Work shall be performed by craftsmen skilled in this trade so as to provide high grade, quality, finish and installation. There shall be no open joints in the finished work, and all fastenings shall be concealed. All materials for finished carpentry shall be thoroughly air-seasoned and kiln-dried, and protected from moisture at all times, free from imperfections other than those naturally inherent to the species of wood required, and shall be satisfactory to the Owner in every respect. 3.0 Separate wood trim from concrete and concrete masonry as illustrated using both pressure treated wood blocking and one layer of 15 pound felt. DIVISION 7 THERMAL AND MOISTURE PROTECTION SECTION.07310 SHINGLES rJ 1.0 Materials equal to Temberline Class'A' asphalt roofing shingles with integral fungus guard as manufactured by GAF with a 30 year limited warranty. 2.0 Comply with ASTM - D3018, Type 1 and D316,Type 1 Specification. 3.0 Install in strict accordance with manufacturer's instructions for nailed application. No staples will be permitted. Use 2" headlap with 5" exposure. 4.0 The roofing contractor shall guarantee a water-tight bonded installation for a period of two years and shall be solely responsible for any defect in workmanship and/or materials in regard to the roofing and flashing. SECTION 07460 VINYL SIDING 1.0 Provide materials and labor necessary to install siding, trim including but not limited to inside and outside corners, vertical and horizontal batons, gable end louvers with trim and insect screen, boxes/plates assemblies to protect penetrations in siding for electrical disconnect, electric meter, junction box for vending machine, mounting surround for drinking fountain, signage, etc. 2.0 Materials equal to: 2.1 "Benchmark" - double 4", cedar grain, white with 0.60" butt and 'stabize R' reinforcement as manufactured by Wolverine Vinyl Siding. 2.2 "Elite" Liberty "double 4", white panels with 1/2"butt thickness and 0.048"wall thickness as manufactured by Alcoa. 3.0 Installation 3.1 In strict accordance with manufacturer's instruction. NO HORIZONTAL JOINTS are allowed below the horizontal batten defining the bottom edge of the gable end except at penetrations indicated on these documents. Above that batten joints in siding will be limited to runs exceeding twelve (12) feet in length, and centered in said.run. LJ SECTION.07600 FLASHING AND SHEET METAL 1.0 Quality Assurance 1.1 Installation shalt comply with details and profiles as shown in.the SMACNA"Architectural Sheet Metal Manual" recommendations. 2.0 Job Condition • . ! ! 2.1 All sheet metal work shall be protected from damage by other trades as may be required. 3.0 Materials: 3.1 • Aluminum drip edge and eaves flashing as shown on Drawings.. 3.2 Miscellaneous flashing and counter flashing: 24 gauge galvanized sheet metal. 4.0 Installation 4.1 Installation of sheet metal work shall be clean, straight, true, neat and provided to full satisfaction of Owner. 4.2 Surfaces to which sheet metal is to be applied shall be even, smooth, sound, thoroughly clean, dry and free from defects that might affect application. Accessories or other items essential for completeness of sheet metal installation, though not specifically shown or specified shall be provided. SECTION 07810 SKYLIGHTS 1.0 Units shall be double dome skylight of manufacture r's.standard dimensions, approximating those illustrated on the Drawings with standard curbs and clear inner and white exterior domes as manufactured. (Basis of design is) 'Wasco Super Thermalized Solar Energy Skydomes' Model Number C5-1 DD -2852 or equal. 2.0 Installation - coordinate placement of prefabricated, pre-engineered trusses with dimensions required by actual product installed, and in strict accordance with manufacturer's instructions. 3.0 This unit has extruded frame with condensation gutters and particular requirements for installation. Any proposed substitute will meet or exceed the requirements of the basis of design. SECTION 07900 SEALANTS AND CAULKING 1.0 General: Install in strict accordance with manufacturer's printed instructions; observe limitations on handling, storage, weather conditions, and preparation of joints, including clearing and priming. 2.0, Sealants: Elastomeric sealant complying with F.S. TT S-230, Class A, Type I or Type II as required, equal to Mameco Vulkem. 3.0 Caulking: For interior caulking only, use acrylic latex, non-staining, paintable. Approved manufacturers: Temco, Sonnebom, W.R. Grace. i 4.0 Installation: Seal all joints at perimeter of louver and door frames, under thresholds, and other exterior joints and penetrations as required to prevent infiltration of water. Thoroughly clean and prepare joints to ensure maximum adhesion: prime or seal surfaces where recommended by manufacturer. install closed cell polyethylene backer rod where required to limit depth of sealant in to 1/2 of the joint width, but not less than 1/4". Deposit sealant in uniform, continuous ribbon without gaps or air pockets with complete wetting of bond surfaces equally on opposite sides. 5.0 Take care not to seal weep holes. 6.0 Cleaning: Protect adjacent surfaces from smears, spillage, or excess sealant. Clean promptly as the work progresses to eliminate evidence of excess without damage to adjacent finish. DIVISION 8 DOORS AND WALL LOUVERS SECTION 08100 HOLLOW METAL DOORS AND FRAMES 1.0 Standards 1.1 Comply with the requirements of Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI-100), and as herein specified. • 2.0 Manufacturer 2.1 One of the following: • 2.1.1 Allied Steel Products, Inc. 2.1.2 Republic 2.1.3 Steelcraft Mfg. Co. 3.0 Materials 3.1 Steel doors and frames: hot-rolled, pickled and oiled per ASTM A 569 and A 568; cold-rolled per ASTM A 366 and A 568. Galvanized sheets, ASTM A 526 with ASTM A 525, G 60 zinc coating, mill phosphatized. 4.0 Anchors and accessories 4.1 Manufacturer's standard units. Use galvanized items for units built into exterior walls, complying with ASTM A 153. 5.0 Fabrication 5.1 Fabricate units to be rigid, neat in appearance, and free from defects, warp or buckle. Weld exposed joints continuously, grind, dress, and make smooth, flush and invisible. 6.0 Prepare hollow metal units 6.1 To receive mortised and concealed finish hardware, including cutouts, reinforcing, drilling and tapping, complying with ANSI A 115 "Specifications for Door and Frame Preparation for Hardware." 6.2 Reinforce units to receive surface-applied finish hardware to be field applied. 6.3 Locate finish hardware as indicated or, if not indicated, per DHI "Recommended Locations for Builder's Hardware." 7.0 Shop paint 7.1 Exposed surfaces of hollow metal units, including galvanized surfaces, using manufacturer's standard baked-on rust-inhibitive primer. • 8.0 Doors 8.1 Comply with SDI-100, Grade Ii for materials quality, metal 1 gauges, and construction details. 9.0 Frames 9.1 Comply with SDi-100, Grade II for materials quality, metal gauges, and construction details. Provide standard hollow metal frames for doors as indicated. Install in accordance with SDI- ' 105. Prepare frames to receive 3 silencers on strike jambs of single-swing frames and 2 silencers on heads of double-swing frames. Provide 26 gauge steel plaster guards or mortar boxes, welded to frame, at back of hardware cutouts where installed in concrete, masonry or plaster openings. 10.0 Installation 10.1 Install hollow-metal units in accordance with manufacturer's instructions and final Shop Drawings. Fit doors to frames and floors with clearances specified in SDI-100. SECTION 08200 FINISH HARDWARE 1.0 Furnish and install all hardware necessary for fully functional operation of the scheduled door as follows: 1.1 HARDWARE GROUP 1 -to comply with requirements of ADA. 1.1.1 Two (2) pair of stainless steel butts (US26D Satin Chromium Plated Finish). 1.1.2 Service station lockset (lever lock function) equal to Sargent Number 10G44 with stainless steel finish. 1.1.3 Surface mounted closure on inside of door with pull force in accordance with ADA. 1.1.4 Sadel type threshold -with maximum height of 1/2"with mill finish aluminum finish, and threshold anchor assembly and stainless steel flat head screws equal to Pemko #2548A. 1.2 HARDWARE GROUP 2 (not'accessible') 1.2.1 Two (2) pair of stainless.steel butts. 1.2.2 Store room or service lockset- lever lock function equal to Sargent Number 10G04 with stainless steel surface mounted closer and threshold to match Hardware Group 1 1.3 Keying-all locks to be operated by the same key. Provide six(6) keys to Owner. SECTION 08300 EXTRUDED ALUMINUM WALL LOUVERS 1.0 Furnish and install sight proof louver type K611 as manufactured by the AIROLITE Company or equal. 2:0" Materials extruded aluminum alloy 6063-TS with=minimal wall thickness of 0.081"for both blades and frame finished with KYNAR 500 2 Coat System in strict accordance with this manufacturer's recommendations. Provide extended sill/jamb with dam and interior trim angles as shown at each louver with finish as specified for the louver frame and blades. Color white. 3.0 Manufacturers with units which comply with these requirements: 3.1 Airline Products Company 3.2 The Airolite Company 3.3 Ruskin Louvers SECTION 08400 ACCESS DOORS AND PANELS • 1.0 Provide flush metal access door for drywall application, complete with necessary bridging /blocking/sub-framing to insure a secure and functional installation. 2.0 22"x 36" primed 14 gauge steel door with 16 gauge frame painted out to match adjacent surface, with fully concealed piano type hinges. 3.0 Supply with optional cylinder locks with two keys per door. Both doors to be keyed the same. 4.0 Basis of Design, Premium Access Doors as manufactured by the Williams Bros. Corporation of America, WB DW Series (22"x 36"). DIVISION 9 FINISHES SECTION 09200 EXPOSED DENS-GLASS Specified out of sequence as soffit, interior ceiling and skylight wells as Dens-Glass with finish notes. See Section 06100, 1.4. SECTION 09300 QUARRY TILE AND BASE 1.0 6 x 6 x 1/2" quarry tile as manufactured by Dal-tile, Number 57-X Stone Gray with slip-resistant surface and sanitary quarry base to match with smooth finish. 2.0 Installation 2.1 Method-dry-set mortar and epoxy grout(ANSI A118.3.) in strict accordance with the Tile Council of America's Specification Number F115. 3.0 Preparation of slab by other trade. Slab to have steel trowel and fine broom finish with no curing compounds used. Slope slab as shown on the Drawings. Maximum variation in the slab shall not exceed 1/8" in 10'-0"from required plane. 4.0 Provide expansion joints as called for in Methods (specifications) F112 or F113. �j 5.0 Installation Specifications L , 5.1 5.1 Tile-ANSI A108.5 5.2 Epoxy grout 108.6 6.0 Color of grout to be dark gray or black. SECTION 09900 PAINTING 1.0 Concrete Masonry Units (Interior) 1.1 Clean off all loose mortar and foreign material. Surface must be free of laitance, concrete dust, dirt, etc., and cured at least thirty (30) days at 75°F. PH of the surface must be between six(6) and nine (9). 1.2 Epoxy Ester/Water-based Epoxy: 1.2.1 One (1) coat of Epoxy Ester Masonry Filler/Sealer, 10 dry mils. 1.2.2 Two (2) coats water-based crystallized epoxy, 3 dry mils, color white. 2.0 Wood trim -wood must be clean and dry- primed and painted as soon as possible. Knots and pitch streaks must be scraped, sanded and spot Iprimed before full prime coat is applied. Patch all nail holes and imperfections with wood filler or putty and sand smooth. Apply caulk after painting. 2.1 Acrylic Latex- One (1) coat A-100 Exterior Latex Wood Primer 2.2 Two (2) coats A-100 Exterior Latex Satin Paint-color white. • 3.0 Hollow Metal Doors and Frames 3.1 Factory primed with manufacturer's standard baked-on rust- inhibitive primer. • 3.2 Touch up scratches in primer in accordance with factory recommendations. 3.3 Finish two (2) coats Alkyd Enamel.- low gloss-color white. 4.0 Paint Materials shall be manufactured by: 4.1 Benjamin- Moore . 4.2 Pittsburg Paint and Glass 4.3 Glidden Company 4.4 Sherwin-Williams. • DIVISION 10 SPECIALTIES SECTION 10426 SIGNAGE AND GRAPHICS 1.0 See Civil Engineer's Documents for site signage - handicapped parking and, if assigned to the building contract by the Civil Engineer, signage for the lift station equipment and alarms. 2.0 Toilet Compartment Signage 2.1 Provide and install one (1) sign for each compartment in strict compliance with the requirements of ADA. 2.1.1 Minimum size 10" square with dark green background / field and white pictograms and copy. 2.1.2 Pictogram to indicate that the compartment is accessible to Americans with Disabilities and available to members of both sexes. 2.1.3 Copy shall confirm in English that this is a unisexual facility. Copy to be minimum of 5/8" high and not exceed 2" in height. Copy will be Sans Serif typestyle and raised off the surface at least 1/32". 2.1.4 Copy will be accompanied by Grade II Braille 3.0 Installation 3.1 coordinate mounting requirements with manufacturer and installer of vinyl siding. • 3.2 Mount on exterior wall adjacent to the door handle side of the door frame, no closer than 3" to the door frame and between 4'- 9"and 5'-2"from centerline of the sign to the sign to the finished floor. SECTION 10530 ALUMINUM SUN SCREEN 1.0 Shall be manufactured by Dittmer Architectural Aluminum, 1006 Shephard Road, Winter Springs, Florida, 32708, to withstand the hurricane force winds and hail damage. 2.0 Materials - 6063 alloy heat-treated to a T-6 temper aluminum. 3.0 Bents shall be double FT model with 4 x 4 columns and 8 x 4 beams and a total span of 21'-6", including 2'-8" cantilevers at each end. Bents shall be internally drained. Columns 4 x 4- beams 8 x 4. Bents will be internally drained, hell-arch welded units with caps. 4.0 Aluminum joist, minimum 2 x 6 tubes capped and vented 5.0 Provide thickened slabs and reinforcing steel for bent columns as required by manufacturer. 6.0 Install and finish in strict accordance with manufacturer's recommendations, instructions, and specifications. 7.0 Finish all surfaces with baked acrylic enamel- color white. SECTION 10800 TOILET AND BATH ACCESSORIES 1.0 Furnish and install in accordance with manufacturer's instructions, plumb true and square in compliance with the Americans with Disabilities Act, the accessories scheduled on the Drawings. 2.0 Manufacturers: 2.1 Basis of design are called out in the Schedule 2.2 Acceptable manufacturers which comply with the specifications of the units identified and fit within the openings provided will be considered equal on an item by item basis. 2.3 Deviation from the specified product must be approved by the Architect prior to ordering. Approval will not be granted to any request that is not accompanied by a cut sheet/catalog sheet of both the unit specified and its proposed substitute. Discrepancies between units must be highlighted with a 'transparent' marker on both sheets to received consideration. DIVISION 11 EQUIPMENT-NOT USED DIVISION 12 FURNISHINGS -NOT USED DIVISION 13 SPECIAL CONSTRUCTION-NOT USED DIVISION 14 CONVEYING SYSTEMS -NOT USED DIVISION 15 MECHANICAL SYSTEMS See Mechanical and Plumbing Drawings for Specifications. DIVISION 16 ELECTRICAL See Electrical Drawings for Specifications. DIVISION 17 LIFT STATION See Sheet 2 of 3 of Civil Site Drawings for Specifications. END OF SPECIFICATIONS 1 ' SentBy: City of Ocoee; 4076567835; Apr-17-00 3:32PM; Page 2!2 April 17, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall modify and become a pars of the original Bid Document for the Starke Lake Boat Ramp Public Restrnnms. Changes are as follows: Section 1 0530; Aluminum Sun Screen • 1.0 Shall be manufactured by Dittmer Architectural Aluminum, 1006 Shepherd Road, Winter Springs, Florida, 32708 or by a manufacturer of equal quality materials,to withstand the hurricane force winds and hail damage.. 'Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and • attaching to the front of your bid Respondent: ctionCo. Street Address: 819 E. First St. #4 City, State,Zip Code: Sanford, Florida 32771 Name and Title: Dennis J. Haycook, President Telephone Number: (407) 302-0551 Federal I.D. 4 59-3279183 ,. sent Sy: 3ity of Ocoee; 407%3567835; Apr-17-00 10:52AM; Page 2/13 April 17, 2000 ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO. 00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall rnodifj' and become a part of the original Bid Document for the Starke Lake Boat Ramp Public Restrooms. This addendum is a result of the Pre-Bid Conference held April 13, 2000 at 10:00 AM and the attached questions from D.B. 0'Keef Construction Inc.faxed on April 10, 2000 and on April 12, 2000: Attachments: • 1. The Standard Form of Agreement,AlA Document A105. • 2. Pre-Bid Conference Sign-in Sheet. 3. Request from Don Beach & Associates, Ltd.: Page 11 of the Invitation to Bid, Section 12, Contract; The contract work shall not be divisible, but shall be awarded,if an award is made,to a single respondent. The following are responses to the questions from D.B. O'Keef Construction Inc,: RFI#001 (1):Use Section A2,Drawing A2 and Section 1,Drawing S-1 as a cross section. • - (2): Detail shown on Drawing S-1,Section 1 and 2. Drinking fountain and vending machine area slab shall match the finished slab. RFI#002(1): The size of the plywood roof deck is one-half inch(1/2")minimum. RFi#003(1): Yes,per specification Section 06100. The following are clarifications as a result of the Pre-131d Conference: 1. The sunscreen shall be bid as part of the scope of work,not as an alternate. 2. The power shall come across N. Lakeshore Drive. No conduit under the road. The City shall entertain open trench or bore&jack at the respondent's option. 3. Section 01400, Quality Control, Paragraph 2.0; The City building permit is waived and there will be no impact fees as this is a City building, 4. Sheet C-3, Backilow Preventer; the one inch water meter and the BFD to be provided by the City. 5. Sheet C-1; the City will provide the tap. 6. Sheet C-2; the proposed lift station shall be bid as part of the scope of work. 1. The Contractor will be allowed to close the road,as needed,during the project. 8. The sod grass shall be bahia. 1 • Sent. By: C_:y of Ocoee; 4078567835; Apr-17-00 1O:53AM; Page 3/13 Page-2- Addendum No. 1; Bid B00-04; Starke Lake Boat Ramp Public Rcstrooms. 9. Sheet P-1; the Breezeway floor drain shall be connected to the sanitary sewer. y e Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid. • Respondent: D. J. Ha Construction Co. Signature: Street Address: E. First St. #4 • • City, State,Zip Code: Sanford, Florida 32771 Name and Title: Dennis J. Haycook, President Telephone Number: (407) 302-0551 Federal I.D. # 59-3279183 I CITY OF OCOEE I INVITATION TO BID #B00-04 '' STARKE LAKE BOAT RAMP PUBLIC RESTROOMS INTENT: Sealed bids for Bid #B00-04 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed Contract will-be for the labor, materials, equipment, and services for the Starke �' Lake Boat Ramp Public Restrooms for the City of Ocoee in conformance to the "Architectural Specifications" section of this Invitation to Bid. Fr. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each I)_r:,;', •accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. .Please check your prices before submission of bid as no changes will v `` be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent r-i,,,,,.. ,. and must be initialed and dated by person signing the bid. Bid documents must be signed by �"" : a legally responsible representative, officer, or employee and should be properly witnessed ;n; ' and attested. All bids should also include the name and business address of any person, firm ;; or corporation interested inthe bid either as a principal, member of a firm or general partner. ", e If the respondent is a corporation, the bid should include the name and business address of ._;_,:,: . each officer, director, and holder of 10%or more of the stock of such corporation. '•' '`"`` '` B. Anyquestions or concerns regarding this bid should be addressed in writingto the Finance � �;:-- g g . `;;; Department, City of Ocoee, FL, Attention: Joyce Tolbert Buyer (407)656-2322, extension - =':`:` 91516.-and fax (407)656-7835, not later than April 13, 2000. Any clarifications/changes will ,'. `,: be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for s '?;` information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. ' C. This bid must. be received as one (1) original and twelve (12) copies by the Finance x : Department not later than 10:00 AM, local time, on April 27, 2000. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by facsimile 1. will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: .� City of Ocoee Finance Department Attention: Joyce Tolbert, Buyer -,: f 150 N Lakeshore Drive Ocoee, FL 34761-2258 i ' 5 P; U:c Ocoee''W%1': Hesnurc%s D. Bids will be publicly opened and read at Ocoee City Hall Commission Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 10:01 AM, or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to z be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records Iunder Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: 1 a) Bid Guaranty in the form of a Cashier's or Certified check or Bid Bond; ' b) Insurance Certificate; c) List of References/Experience; 1. , d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; 1n g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has done ''` ; _. so. The failure or neglect of a respondent to receive or examine a bid document shall in no i ." way relieve it from any obligations under its bid or the contract. If"NO BID" so state on .; f ; „ face of envelope or your company may be removed from the City's vendor list. No claim for al��;�;;,; ,., � additional compensation will be allowed which is based upon a lack of knowledge or . :,,e,;. .._';.:. .,, understanding of any of the Contract Documents or the scope of work. All items quoted shall '' >rr . , ':. , :be in compliance with the bid documents/scope of work. .�,it5A-:':- 'G. A Pre-Bid Conference will be held on April 13, 2000 at 10:00 AM at Ocoee City Hall Commission Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. The conference will include a review of the bid documents, a question and answer period and a -.familiarization site visit. All respondents will be held liable for contents as presented at the pre-bid conference. No further questions or concerns will be accepted following the Pre-Bid _._.'' Conference. H. Any response by the City to a request by a respondent for clarification or correction will be + made in the form of a written addendum which will be mailed, e-mailed or facsimiled to all ' parties to whom the bid packages have been issued. The City reserves the right to issue ,' - Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time up to the date and time set for bid opening. In this case, bids that have been received by the t. City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum t in the space provided on the Addendum and fails to attach the Addendum to the respondent's bid, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are warned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. ' ' oi�fi , ! , 'G i ,�• 6 . Pror:c:fcnee•S Watoi f;rsourc2s , ______ piI. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises _ doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to ®! justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. • _ The City reserves the right to accept or reject any or all bids, to waive informalities 1 or irregularities,.to request clarification of information submitted in any bid, or to ," readvertise for new bids. The City may accept any item or group of items Of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other . factors considered. The City reserves the right, to aid it in determining which bid is . responsible, to require a respondent to submit such evidence of respondent's AL' qualifications as the City may deem necessary, and may consider any evidence -available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City shall be the final authority in the award of any and all bids. ,, i t4 7 , pOiAlt Pr ou:c?Ocoee';Water Resources El' GENERAL TERMS & CONDITIONS: 1. BID GUARANTY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent 1' (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guaranty that the respondent, if 1 awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to ' provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond.as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly issued by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverages is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by - the City. • e) -The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. 2.. PERFORMANCE AND PAYMENT BONDS a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and.a 100% Payment Bond written by a Surety Company acceptable to the City and authorized to do business in the State of Florida and signed by a Florida Licensed Resident Agent. t. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified t, documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. POWP g • Pcotee':Ocuee*F t rsjjrc, 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall.not constitute a waiver of any of the City's rights and remedies hereunder. • 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United_States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. • 6. DISCOUNTS: • a) Trade and time.payment discounts will be considered in arriving at new prices and in - making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: Bid will be awarded to the overall lowest respondent most responsive to the following criteria: • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time t, y * 1 # 10 I 9. LITERATURE: If called for on Bid Schedule, of the specifications, descriptive literature/brochures must be included with this bid in order to properly evaluate make/model offered. Bids submitted without same will be considered non-compliant and disqualified. 10. DISPUTES: Any actual or prospective respondent who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file such protest in writing to the Office of the City Manager. 6 �. 11. PAYMENT TERMS: Payment will be based upon monthly draws equal to the percentage of work complete less 10% retainage to be paid when job is complete, unless otherwise stated in the contract. Payment for work completed will be made within(30) days of approved invoice. No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee,Florida has the following tax exemption certificates assigned: • Florida Sales &Use Tax Exemption Certificate No. 58-11-094593-54C;.and • The City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Respondent, hereinafter may be referred to as "Contractor", shall enter into a contract with the City. b) The Contract work shall not be divisible,but shall be awarded, if an award is made, to a single respondent. c) The Contract, if awarded, shall not be construed to create unto the Contractor any exclusive rights with respect to the Contractor's profession or other service with the City. The City may in its sole discretion award any additional work, whether in the existing areas, or in any addition to the existing areas, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. Z F x Pc oU:c:f coec 5 Water 1 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be 1 provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. r a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards,that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation I and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs.in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged;until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. 1 j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided .. and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the b permanent wiring of the building. 1 n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Waste Management of Orlando, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. NF Iv 12 15. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 16. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to ;' perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting _ ;' ' ' room,work areas,time clocks, locker rooms and other storage and dressing areas,parking az� lots; drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees I ,; that (except:where the respondent has obtained identical certification from proposed I.t, contractors • for specific time periods) the respondent will obtain identical certifications. t4=i from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are.not"exempt from the provisions of the Equal Opportunity clause, and that-the respondent will retain such certifications in the respondent's files. � SS The,non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246;=:and as amended by Executive Order 11375 and as amended, relative to Equal {r. Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. r:W - • • 17. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid.are-those named herein, that this bid is, in all respects, fair and without fraud and that it is made t. without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or , 13 • indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a I• spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, • instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting . ., negotiations with the City, respondent offers and agrees that if this negotiation is • accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, ems: and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the 9 ' particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm.and binding offer by ' `' '' =" `" the respondent to perform the services as stated. : Fr :,18 PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for v.4 xj proposals as defined by Section 287.012(16), Florida Statutes, and any contract document • ' i. described by Section 287.058, Florida Statutes, shall contain a statement informing "-' persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which '' reads as follows: • "A person' or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit = bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, •.a and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid As documents are qualified to submit a bid under Section 287.133, (2)(a), Florida - -'. Statutes. i 14 ".r I 19. PERMITS/LICENSES/FEES: Ia) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Ib) The City requires a City of Ocoee registration. Please contact the City's Protective Inspections Department at (407)656-2322, ext. 91000, directly for information 1 concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. i20. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by. the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so "? '' obtained and approved. Policies other than Workers' Compensation shall be issued only =Ys;;;,z . by companies authorized by subsisting certificates of authority issued to the companies ; ,, :: :.r by the Department of Insurance of Florida and which maintain a Best's Rating of"A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized l' "` as a group self-insurer by F.S. 440.57, Florida Statutes. b; '` ' ,: a) Loss,Deductible Clause: The City shall be exempt from, and in no way liable for, any z • sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. _. > ``:." b) Workers' Compensation Insurance: The Contractor shall take out and maintain during 1 L_ f:_°' the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' ,. Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees ' j engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall [. take out and maintain during the life of this Agreement COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect the Contractor from r_ claims for damage for personal injury, including accidental death, as well as claims for L. property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by li '. /fi �- ... 1, 15 Vie, Protect Ocoee's Water f#esm rcfc .I 0 the Contractor, and the amounts of such insurance shall be the minimum limits as ill follows: 1) BODILY INJURY LIABILITY • $100,000 operations each claim person • $100,000 completed operations each claim per person 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $100,000 each claim per person 3) PROPERTY DAMAGE LIABILITY (other than automobile) • $100,000 each claim per person ♦ $300,000 operations per claim - ♦ $300,000 protective per claim (covering subcontractors) 1 Liiip,: . • $300,000 contractual per claim `` '' ' , d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor 4,'} _ shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these ? ':.. subcontractors in the Contractor's policy, as specified above. 4 , e) Owner's Protective Liability Insurance: The Contractor shall procure and.furnish an 11,.%<,, . Owner's Protective Liability Insurance Policy with the following minimum limits: y'', , -,1) BODILY INJURY LIABILITY -_A •'$100,000 each claim per person ':?:,r ;; .:. 2) PROPERTY DAMAGE LIABILITY ..,,._ .. ♦ $100,000 each claim per person }4. f) Contractual.Liability - Work Contract: The Contractor's insurance shall also include i,Vs'.:.3.- contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: i 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 2) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. POW!' 16 Protect(knee's Wier fiieso;;rces • 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Tri-County Electrical Contracting, 1307 Central Park Dr. , Sanford, FL 32771 59-2923175, Tom Wolfe, (407) 302-4900 George T,arge Plumbing, 5431 W. Washington St. , Orlando, FL 32811 337747890, Ceram Trargc, (407) 578-969q (Attach additional sheets if necessary) r;4 The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a 3 r fully-equipped organization capable, technically and financially, of performing the ,`...'. �; pertinent work and that the subcontractor/temporary agency has done similar work in a 4, satisfactory manner. • .t' Y .r ;2:._..22. EQUIPMENT LISTING: .fiurts d.- �' � Please list year, make & model of all equipment that will be used on City of Ocoee I properties, including whether owned or leased. If leased please provide name of lessor. NA • • 15. SUMMARY. OF LITIGATION: NONE ♦s { r. 17 POWP r : Prt l ci Oco =ty` r ResoLYceE . 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): School Board Seminole Co. Goldsboro Elementary School, 9/97, $7,093,450. 400 E. Lake Mary Blvd. Sanford, EL 32//.3, Mark Gisclar Ocoee Recreation Center_, 4f98, , , $2n8R10A 00, City of Ocoee Bnb nth) 150 N.Lakeshore Dr. ,__Qcoee, FL 347 Disney. nits Comdex, 7/96. $3,500,593.00, Disney Development Co. �;. ,:_ (Art Higginbotham) POB 22771, Lake Buena Vista, FL 3283 "t Ocoee Central Recreation Parking, 11/98, $311,929.00, City of Ocoee ' Have you any similar work in progress at this time? Yes x No . Length Length of time in r;.- business Iz. . Lgg'..-'1 . Bank or other financial references: 1v�, , SUN RUST ' 401 Main Street, Windermere, FL 34786 (Attach additional sheets if necessary) 1 ,e F._ �.. i ' . � ' 18 .r ., Proicc£Ocoun'S WaIoi Resource I Tug SIGNATURE SHEET FAILURE TO CO MPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. iir D. J. Haycook Construction Co. (407) 302-0551 FIRM NAME TELEPHONE(INCLUDE AREA CODE) (407) 301-0688 FAX (INCLUDE AREA CODE) -N E-MAIL ADDRESS .-_.�l / IF REMITTANCE ADDRESS IS DIFFERENT t;'' I URE(manual) FROM PURCHASE ORDER ADDRESS, 1706: `�``� PLEASE INDICATE BELOW: I. i =; Dennis J. Haycook, President 1 "Itg`"'" NAME/TITLE(PLEASE PRINT) NA E. First St. , #4 STREET ADDRESS :::;f:021::::_',.,.... .:.s8anfi9 ord, FL 32771 -` ;� _:,' CITY STATE ZIP rti Via,1'4 1 '4€.;;; FEDERAL ID# 59-3279183 fyj3'.' Epp•;<" Individual X Corporation Partnership Other(Specify) p..,!:,' li- •r, >=-""' OFFICERS: Dennis J. Haycook, President ks r ;L 1, r "` MiZ' '- Sworn to and subscribed before me this 27th day of ` r�� ,20 00 '''-4"„ Personally known or • Notary Public-State of Florida ( County of ole .,. d Signature of otary Public Rosalyn A. Russell Printed,typed or stamped commissioned name of Notary Public ROSALYN Ata tRe ljoMoniada Notary Public,S My comm.expiresNo.CC790160 Bonded thru Ashton Agency,Inc. MI' '�, - 19 ' Protect OCOCp.£WWI Rcs urces (i y. 1A's n ARft BID SHEET _..„.,`: BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS D. J. Haycook Construction Co. 819 E. First St. #4 Sanford, Florida 32771 Total Bid for Scope of Work Indicated in the bid documents: $ /3'a, odo . O° &/1.`: . , V4zi0 7-we, 77/O r&. .r/O Dollars & /1/0 Cents Or -' f) cr ®6:) 1 i q?„,; Completion of the work shall be accomplished within /20 calendar days from ,.� "Notice to Proceed" } yy 1 WARRANTIES: Labor: /y ' KYa -c w l r 4-/Lo P/ O:, y • vi ini Material: /y Cg4- l/ /l ' l r iD r i BID-04 1 �. THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond BOND #B1D42700 KNOW ALL MEN BY THESE PRESENTS, that we D.J.HAYCOOK CONSTRUCTION COMPANY PO BOX 607 SANFORD,FL 32772-0607 (Here insert full name,and address or legal title of Contractor) as Principal,hereinafter called the Principal,and CGU INSURANCE COMPANY PO BOX 945601 MAITLAND,FL 32794-5601 a corporation duly organised under the laws of the State of Pennsylvania as Surety,hereinafter called the Surety,are held and firmly bound unto CITY OF OCOEE 150 N.Lakeshore Drive OCOEE,FL 34761 (Here insert Sill name,and address or legal title of Owner) as Obligee,hereinafter called the Obligee,in the sum of FIVE PERCENT OF AMOUNT BID Dollars ( 5% ), . . for the payment of which sum well and truly to be made,the.said Principal and the said Surety,bind ourselves,our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Starke Lake Boat Ramp Public Restrooms (Here insert full name,address and description of project) NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the,bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal.shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void,otherwise to remain in full force and effect. Sign- sealed this 2 h day of April 2000 • • D.J.HAYCOO NSTR CTION • ANY = , m i (Principal (Witness) • aiL -CGU INSURANCE C }1-fi—O.ACO:k(--- (Witness) �i- LOUIS G.MITCHELL;Attorney-in-Fact and Florida Resident Agent INQUIRIES: (407)788-3000 AIA DOCUMENT A310 BID BOND AIA® FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.WASHINGTON,D.C. 20006 1 WARNING: Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. A l...N :g;:U tO.rIICy IV A ::N'.C E 6 8 6 Aug 1 32 kNOWALL MEN BY THESE PRESENTS,that the CGU INSURANCE COMPANY,a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania,and having its principal office:in the City of Boston,Massachusetts,hath made,constituted and appointed,and does by these presents:make and constitute and appoint:Louis G Mitchell,Cindy L.Mirisola;all of the City of Altamonte Springs,State of FLORIDA each of them its true and lawful Attorney-in-Fact,to make,execute,seal and deliver for and on its behalf as surety any and all bonds or undertakings;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: Twenty-Five Million DOLLARS-----_-------------------------------------- _- __ .. .(.$25,000,00.0.00 and the execution of such bonds or undertakings in pursuance of these presents,shall be binding.upon said Company:as fully and amply,to all intents and :.: :: purposes,-as if such bonds were signed by the President,sealed with the corporate seal of the Company,and duly attested by its Assistant.Secretary fiereby _ ratifying and confirming all the acts of said Attorney-in-Fact pursuant to the power herein given This:Power:of Attorney is made and executed pursuant to-end by, - . authority of the following resolutions adopted by the Board of Directors of the CGU INSURANCE COMPANY at ameeting:dilly called and held on.the second::day - of November,1998: "Resolved:That the'President,or any Vice-President,or any Assistant Vice-President;may execute for and in behalf of the company-any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,the same to be attested when necessary and the seal . of the•company affixed thereto by the Secretary, or any Assistant Secretary; and that the President,or any Vice-President, or Assistant Vice-President, may appoint,and authorize,an Attorney-in-Fact,to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto andthat the-President,orany'Vice President or any'Assistant Vice-President,-may at any.time remove,any such Attorney=in-Fact and revoke all ', power and authority given to any such Attomeyin-Fact „ , "Resolved That the Attorneys in Fact may be given full power and:authonty-to execute for and in the name and on behalf of the company any and all bonds, recognizances contractofs indemnity;and all.otherwritings obligatory in,the nature-tiered;'and any.such instrument executed by:any;such -_ Attorney in=Fact shall be,as_binding upon the company yas,if signed by the:President and_sealed and-attested.by the Secretary,:and;further,Attorrieyins =,._, Fact are herebyairthorized to verify_any.affidavit required:to be attached to bonds recognizances,-contracts of indemnity,and all other writings obligatory ,. in the nature'thereof,and are also_authonzed and empowered to:certify to a copyof:any of.the:by-laws of the company as;well.as any resolution:of_the It`_``. _ Directors having to"do with,the execution of bonds r ce ecognizans;-contracts of,indemnity;and all other,writings obligatory,in the nature thereof,:and to =-'' certify copies of the Power of•Attorneyorwith regard tothe'powers of any;ef the officers of the Company or ofAttomeysrin-Fad This power of attorney is signed and sealed by facsimile under the authority of the following,Resolution adopted by.the Directors of the.CGU INSURANCE COMPANY at a"meeting duly called and held on the second day of November 1998 Resolved That the;signature of the President or any V,id -President'or any"Assistant Vice President, and the signature of the Secretary or;any:' Assistant Secretary;and the:Company 'may be affixedby facsimile to any;power of attorney or to any_certificate:relating thereto appointing Attorney n=- . Fact for purposes_onlywof executing and',attesting any bond undertaking 7recognizence or other written:obligation in the_:nature thereof sand any;su .- ch_,•- signature:and seaiwhere soused,being•hereby.adopted bythe company as their original signature of such officer and the original seal ofthe company,to.. be valid and binding upon the company with the same force and effect as though manually affixed IN.WITNESS WHEREOF .the CGU INSURANCE COMPANY has:caused these presents to$be signed.by its Senior Vice-President anditts corporate • . _ seal to be hereto affixed duly-attested by"its Assistant Secretary on.the 17th'dayof January;'2000. - ,.-, -- - . CGU INSURANCE COMPANY , • c +ce c qJ Attest Qii�N4. ]956�t BY . ames E.Carroll—Assistant SecretaryFti mt! •_ _ ': t,•tisn;.�� Dennis S.Perler—'Senior Vice President COMM WEALTH OF PENNSYLVANIA PHILADELPHIA COUNTY On this 17th day of January,2000,before me personally came Dennis S.Perler,Senior Vice-President and James E Carroll,Assistant Secretary of the CGU INSURANCE COMPANY,to me personally known to be the individuals and officers describe :in and who executed the preceding!:instrument;and they acknowledged the execution of the same,and being by me duly sworn,severally and each for.himself deposeth and sayeth that:they are the officers of the Company aforesaid,and that the seal affixed to the preceding instrument is the corporate seal of said,Company and that the said:corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority et direction of the said Company. ..- ;;;a•iuNOTARIAL SEAL �oNw 9' . LINDA MILLER,NoLry Public ;ct :Phi'.Count'. Ghy d PNladt •My Cc , Exiilies Sept.3,2001 �'�� OF �"_ Linda Miller—Notary Public L::• Rv:v, CERTIFICATE (My Commission expires September 3,2001) I,the undersigned,:Assistant Secretary of the CGU INSURANCE COMPANY,a Pennsylvania Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and furthermore;that the Resolutions of the Board of Directors set forth in the power of attorney are now . in force,;,;,' Signed and sealed. Dated 27th day of April 2000 JppNCf\,0,, ..,1956- a° diP0.41 ' Cd./...."..MMM..8.f.... . . ::...--.J.---- F , •° James E.:Carroll Assistant:Secretary This Power of Attorney may not be used to execute any bond with an inception date after January 17,2004 . , �` r`...� ' _4Thrs'docu " N �'��°v�r a re background •I.• or verification of the authenticity of this Power of Attorney you may call, 1-800-288-2360 and ask for the Power of Attorney supervisor. Please refer to the Power of •,uornev number, the above named indi•,Hunks;and details of the bond to which the power is attached. In Pennsylvania, Dial 215-625-3037. P.-002- i.tt= ,ti .. Hrr.—en—a 100 I b: -IJ INSURANCE OFC •f AMER IC A 40? 788 7933 A.01 f 01_ o A O CERTIFICATE LIABILITY INSURANCE 46I 0 /2 /20 PRODECEF (407)78S-3000 ( 758-7933 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION INSURANCE OFFICE of E➢tICA ONLY AND CONFERS NO RIGHTS UPON THE CERTWiCATE HOLDER THIS CERTIFICATE DOES NOT AMEND.DREMD OR 150 N. Westn onte Drive ALTER THE COVERAGE AFFORDED BY me POLXNEs BELOW. P.O. Box 162207 INSURERS AFFORDING cOVERAGE Altamonte Springs, FL 32716-2207 NAM 0 3 MAyc ok Construction Cat any J INSURERA: SOINEW4I-GiefE Imaur'arca Cant' H & H Design Builders, Inc ir1su a Auto Owners Insurance Coapany —� P.O. Box 607 mum c: Harbor Specialty Ins Co CAL eriC Comp) Sanford, FL 32772-0607 INSURER D: \,V ERA S •- - THE POLICIES OF INSURANCE LSTETS BELOW HAVE BEEN ISSUED TO THE INSURE)NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHST 'NDA ANY REQUIREMENT,TERM OR CONDITION Of ANN CONTRACT OR OTHER DOCUMENT WrrH RESPECT TO WHICH THIS CERTIFICATE MAY SE IS. u o OR MAY PERTAIN,THE INSURANCE AFFORDED I3Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND COMITIONS OF SUCH i POLICIES.ACC .ATE LAUB SHOWN NAY HAVE BEEN REDUCED BY PAID CLAWS. ' II TYPE OF 041 URA$CZ POLE Y M*I5 PeucYEA C/cYB( nv LFh9 i L _ OENEASI LABILITY 20568619 11/30/1999 11/30/2000 En occur cE s 1.000,000 1 X coMM»iAL GENERAL UA,99Lfl' , FIRE DAMAGE(Any ens Ulm} s 100,000 1 CLAMS MACE a OCCUR MEDvL°Anyone mason) $ 10,c00 A X Broad Form PD PERSONAL a Aa7V INA/AY 3 1,000,000 GI:va&AOOACUTE S 1,Ode,0W GESKLA33REGME UMfl'APPLIES PER GROOUCTs.COMPJCP AGG J$ ' 1,000,000 �.�` �w Cx l�'cr. El NJTOKONLE LABILITY 41409-335-00 .12/09/1999 12/09/2000 cCMOM103 0.14!J t:Ltapr 0 X AWYAUTO m' 10°i°) 1,000,E ALL OWNED ALTOS LY A JAY UI.ES AUTOS $ (FP Pepsi B X HIRE'DAVTOC BODILY �Y $ . X'NONA NNO3 AUTOS Par —, WAGE MUM AUTO ONLY-SA ACCIIENr I R ANY AUTO CT14GR THAN SA ACC S AUTO ONLY: AGE i W asUMULITY 20565175 ' 1.1/30/1999 11/30/2000 ztacwRR CE - s 1,000,000 7*owe C1.M4S MADE AGc GATE S 1,000,000 I: 5 _ . RETENTION 8 .. - . WORKERBOOMPofsATIONAMo 099000001253100 03/01/2000 03/01/2001 1 IX &- • EMP6flYERb`L(AWIT E.L EACH ACCIDENt $ y.,000,OOOrt G 5.L imam..EA EMPLOYEE 3 1,000.000 ' S.L.olsEA-POLI YLiM1T s 11000.000 Leased/Rented Equip 20561619 11/30/1990 11/30/2000 Limit: 3501000 A 51.000 Deductible • Spacial Coverage Per Form mammon OP onasTionttooxrcoomseuitsovu.usons ADDED re ENDORINSIMPITAP- 3-6A PROVISIONS i • CERTIFICATE HOLDER I (Aoomcfw.mom INSURER LErrt:A:- ' • CANCELLATION S11011LD ANY or THE ABOVE DESCTaD£D POUCR ES C`V1e.E0 MORE THE ExwRAT%ON DATE T SRBD;.TIE ISSURO COMPANY%ABLE a9 vOR TO MA)L 30 DAYS Warred mottos To THE OWE/DATE tHOLDEIS NOD TO THE Lam, City of Ocoee, Florida BUT FAn.14RE TO ISQL SUCH NOTICE.%MALL IMPOSE MO OBLIGATION Oft I-MI E'Y 150 N. Lakeshore Drive OF ANY KIND UPON THE MANY.TI.B ADEHTS OR REyIESENTATAiES. Ocoee, •FL 14761 AUTHOR=REPRESENTATIVE 2 - • ,: .�1 ! _ Louis Hitchel1, 3r.itt-p Y ' AGOITID 04 0/i77) 0ACORtI C•- • ?ION 1633. • TOTAL P.01 H ' I m. 1913 E.COLONIAL DRIVE a 1(�� ORLANDO,FL 32803 GENERAL CONTRACTOR - LICENSE CG C054415 BID SHEET (407)898-1687 FAX(407)894-7405 BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS Total Bid for Scope of Work Indicated in the bid documents: 9F666 . Go 'L.A.AL4 c_RwAiyx Dollars & et- Cents dam""`,, Completion of the work shall be accomplished within 90 calendar days from . "Notice to Proceed". WARRANTIES: Labor: I y 3 Material: I Y �a I • $ 1 BID-04 SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. Hunter-Nelson, Inc. 407-898-1687 FIRM NAME TELEPHONE(INCLUDE AREA CODE) 407-894-7405 FAX (INCLUDE AREA CODE) E-MAIL ADDRESS 21/ IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATU (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Katherine M. Hunter, V, Pres. NAMEITITLE(PLEASE PRINT) 1913 E. Colonial Drive STREET.ADDRESS _ Orlando, Florida 32803 CITY STATE ZIP FEDERAL ID# 59-2758323 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me this (-A& day of ,20 p O. Personally known or Produced Identification, • • /" fi Notary Public-State of �'l o�,Cff of Identification (Type ) County of Q Ng e-- in't42/17fri- S' ature Nota ublic ACQU YN L.MacARTHUR Lary Public,State of Florida PriMypippbcKapstinhp642004 commrifillInealtiaM013631ary Public • - riA, i w 19 Protect Ocoee's Water Resources 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: 407- QI1- r5.�- D I L�ro ��.zne ; ; 1'�' e, 407- /3C' - 6:00.3 (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, •of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 22. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee ' properties, including whether owned or leased. If leased please provide name of lessor./1 • • `' 'ITX " .} 17 .sa a � � • Protect Ocoee's Water Resources { I r r 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK 1't The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): Mail Unlimited, Orlando, Florida $647,994 Dick Broennle 2-22-99 Kismet, Inc. , Winter Park, Florida $20,694.00 Mike Cullen 9-99 Osceola County Health Care Clinic, Kissimmee, •$458,272 - Danny Bumpus 1-20-99 West Washington Commercial Park, Orlando - $527,144 - Murray Hunter 5-98 Florida Association of Realtors Rear CAnopy Addition, Orlando $75.890 - Don Unterbrink - 5-98 FDOT Regional Traffic Management Center, Orlando $406,694.00 Ken Blakely 6-23-98 .- . Have you any similar work in progress at this time? Yes x No . Length Le ngth of time in business 15 years - Bank or other financial references: SunTrust - Debbie McMillen - , . 407-237-4731 (Attach additional sheets if necessary) • I g 1 i _Y A, s, ry� r' 18 F. • Protect Ocoee's Water Resources BID SHEET BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS q5j6Ke Total Bid for Scope of Work Indicated in the bid documents: (ie $ . 00 ! OlJ 4l b 4 Dollars & ZERO Cents Completion of the work shall be accomplished within 120 calendar days from "Notice to Proceed". WARRANTIES: Labor: ONE YEAR Material: ONE YEAR OR MANUFACTURE ' S WARRENTY BID-04 4 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: ('&()ys��l-c-�' //ifr� 3 0 ��f- CMF, KEN 407/841-8551 BTTTM R—ARCM—ALUM7—PETER 407/699-1W55 AIR AMERICA, DEAN 904/ 532-5549 ' READING PLUMBING , ROCKY 407/ 869-0023 F—:-M- ELE-CTRLC, F`EI�7x-40-7—/—g23-6146 (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 1 22. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 1984 FORD 2 1/2 TON DUMP TRUCK 1991 GMC PICKUP SONOMA 1991 CHEVY PICKUP 1991 jeep TRUCK I 1 17 POWF Prs°ecf tl_oeE.:;i`atet Resources 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH C SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar ftype of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. f DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): SEMINOLE COUNTY PUBLIC SCHOOLS JOHN LEROY 320-0068 95 ' $120,000 RESTROOM ADDITIONS 97 ' $27, 870 LAKE ORIENTA RESTROOM ADDITION 98 ' $113 ,000 LAKE BRANTLY AND. OVIEDO H.S . KITCHEN RENOV. 97 ' HOSTELING INTERNATIONAL MOTEL RENOVATION BETH 396-8782 98 ' $98 ,000 KISS. FIRE STA. #1 RENOV. NANCY WALKER 847-2821 99 ' $25 ,000 CHARTER POINT APT.COMPLEX RENOV. SUSAN 830-7989 00 ' $28 ,000 SHERIDAN FOUR POINTS ORL. RENOVATIONS Have you any similar work in progress at this time? Yes No X . Length of time in Ibusiness 9 YEARS Bank or other financial references: HUNTINGTON BANK ,ALTA .SPRPS . (Attach additional sheets if necessary) Pow tg Protect Ocoee's Water Resources `' • SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. C.F. TTTOHFY CONSTRUCTION 407/774-1770 — --- FIRM NAME TELEPHONE(INCLUDE AREA CODE) 407/774-1446 FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGN URE(manual) FROM PURCHASE ORDER ADDRESS. PLEASE INDICATE BELOW: JAMES S . HOGABOOM NAME/TITLE(PLEASE PRINT) 970 SUNSHINE LANE, SUITE G STREET ADDRESS ALTA. SPRG. , FL 32714 CITY STATE ZIP FEDERAL ID # 59-3087246 Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this 2--.1 day of n ) ,( , ?0 v v Personally known or Produced Identification Notary Public- State of (Type of Identification) County of SigrAture of Notary Public +.: John V Mulvaney Printed, typed . 1.• On CC861827 commissioned rietttfo' ' '-1itSB13 POW 19 PAect 6coee's Res,i;::. i e Page-2- Addendum No. 1; Bid B00-04; Starke Lake Boat Ramp Public Restrooms. , r 9. Sheet P-1; the Breezeway floor drain shall be connected to the sanitary sewer. yce Tolbert Buyer . All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid. Respondent: -PXL a. OD,(15 O 'n C. , Signature: / . Street Address: 445C1 Pci b r-eee c - - City, State•, Zip Code: Dri(vid o PL 321 Name and Title: -e—ICCLI CI i• &len&— Pr .rS ' Telephone Number: q 01-(4'4 Ir Federal I.D. # 59- 3 / (7 / I 2 April 17, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall modify and become a part of the original Bid Document for the Starke Lake Boat Ramp Public Restrooms. Changes are as follows: Section 10530; Aluminum Sun Screen 1.0 Shall be manufactured by Dittmer Architectural Aluminum, 1006 Shephard Road, Winter Springs, Florida, 32708 or by a manufacturer of equal quality materials, to withstand the hurricane force winds and hail damage. e Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid. Respondent: O(PYIi ans-yvc-hbo =.(1 C Signature: - Street Address: L1-459 ParklOreeje_ ck . City, State, Zip Code: X(,0,4to P., 3210 Name and Title: Ce.,ra-t ( . . Sp[trick. Telephone Number: C469 4'f JM• Federal I.D. # Sq-310411 1 , BID.SHEET BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS Total Bid for Scope of Work Indicated in the bid documents: $ 102'aa:6 00 �f12 hvnire o-1-ho(5an d -{-c o hond red Dollars & NO CAR Cents tuscr, r _ Completion of the work shall be accomplished within 10 calendar days from "Notice to Proceed". 1 WARRANTIES: Labor: \ I Material: \ • BID-04 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Com flier&cU f���nbi �lq -AaCVMiSWit Sp5 862.91't1 C1'11k�.T'" Irit3 51.3243738 (bar Z-c- �Icc�n�) Or lae,�d o PL 24 7878' Cron 5q-3q9 7o79- Ar-h'3tft Ca1s+uch0:t - caic,rek, r'F4ka. pc_ 886- (a5 Lou 91-34ggi7 (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 22. EQUIPMENT LISTING: • - Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. • POWF!i. 17 Protect Ocoee's Water Resources '`, 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity,nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS . (INCLUDE CONTACT): • Have you any similar work in progress at this time? Yes No _. Length of time in business 1 yrs Bank or other financial references: A(4Q ckl r , (Attach additional sheets if necessary) PoWFa 18 Protect Ocoee's Water Resources t ; SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. fbDler,c_ Cons-lYudi'a(n Jnc -4“5-7$a FIRM NAME TELEPHONE(INCLUDE AREA CODE) Lit-1-`IDS-8$3_3 FAX (INCLUDE REA CODE) I"ba bol.U.ra E-/%710rIL ADDRES IF REMITTANCE ADDRESS IS DIFFERENT A ORIZED Gl ATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: '(mod £cJe.+1Ct — (rS. NAME/TITLE(PLEASE PRINT) �QreZe- Cd—- STREET ADDRE C G i d o wag CITY STATE ZIP FEDERAL ID# • I‘O1(D I I Individual �/ Corporation Partnership Other(Specify) Sworn to and subscribed before me this Z b day of 20 6-0 . Personally known v or Produced Identification Notary Public-State of PlcorfCs-. (Type of Identification) County of OrQ4 .. rMNI et"&% My Comm Exp.5/15/2001 goaded gy Service Ins Signature of Notary Public m PUBLIC s �(4]]60 y�hrsorrely Known I10Cret 1.0. Printed,typed or stamped commissioned name of Notary Public • POW ' Protect 0coee's Water Resources Bolena Construction Inc 4459 Parkbreeze Ct. • Orlando, FL 32808 407-445-8822 Fax 407-445-8833 Recent Completed Projects City of Maitland Bus Stop Pavilions Maitland, FL at Sheraton Hotel A.C.I. $124,000 • Eric Sandoval 407-740-8405 Coleman Research Corp. New Construction/Renovations Municipal Drive, Orlando $700,000 Frank Cardinale/407-351-2992 MGM Studios New Construction/Renovations Walt Disney Studios $500,000 Michael Smith/407-934-6640 The Roxy Night Club Tenant Build Out — 30,000 sq.ft. Bennett Road, Orlando $1,800,000 George Robat/407-898-2474 • Home Care America Tenant Improvement Casselberry Commons $210,000 (M.E.P. & Structural) Barb Halgren/407-633-9339 Center for Alternative Medicine Tenant Improvement Casselberry Commons $153,000 (M.E.P. & Structural) Barb Halgren/407-633-9339 Royal Dutch Bakery/Restaurant Tenant Improvement Semoran Boulevard $290,000 (M.E.P. & Structural) Barb Halgren/407-633-9339 Anastasia Confections Renovation 20,000 sq. ft. Satellite Boulevard, Orlando $180,000 Mike Constantine/407-816-9901 Vespucci's Italian Restaurant New Construction International Drive, Orlando $1,250,000 Frank Macina/407-345-5403 *Please feel free to contact any of the above references. -'., Bolena Construction Inc . ��` Phone:407-445-8822 ' 4459 Parkbreeze Court Fax 407-445-8833 N. . Orlando,Florida 32808 www.bolena.com Lic.#CBCA18771 BUSINESS PROFILE Bolena Construction,Inc. President: Gerald Bolena 4459 Parkbreeze Ct. 1151 Post Lake Place Orlando,FL 32808 Apopka,FL 32703 407-445-8822 263-98-0586 Fax 445-8833 V.President: Mark W.Mitchell E-Mail: jbolena@n,bolena.com 857 Hammocks Drive Web Site: www.bolena.com ' Ocoee,FL 34761 262-27-7840 Secty/Treas: Deanna Bolena 267-47-8909 Bankinw Information SunTrust,Apopka Branch for 6 years Florida Corporation since 02/93 Phone(407) 886-7779 D&B# 87-984-2631 Scott Braswell FIN# 59-3167611 Acct.#0751751215583 k. First Union Cap Account and Mutual Funds 4005 Lake Mary Blvd. Lake Mary,FL 32746 Phone: 330-7245 Fax: 330-7226 Brannon Rue Acct#9983990982 (Call for reference) Credit References Materials Mills&Nebraska Acct.#654 CSR Rinker Materials Acct.#3022849 P.O.Box 536548 P.O.Box 24636 Orlando,FL 32853-6548 West Palm Beach, FL 33416-4636 Phone: 896-3333 Fax: 897-3821 (Sandy) 561-833-5555 Prime Equipment Grainger Industrial&Commercial Equipment 4201 L B McLeod Road Acct.# 836732750 Orlando,FL 32811 1001 Douglas Ave. Phone: 813-980-0309 Fax: 813-985-4296 Altamonte Springs,Fl 32714 407-682-6567 Labor Ready Inc. Acct.# 1063-352 Home Depot Acct.#2480819140205 Branch: 352 Sanford,FL P.O.Box 9915 Dept.24 Atlanta,GA 30374-0435 Macon, GA 31297-9915 407-323-4343 (Local Office) (800) 685-6691 • THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart(s) Q AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Bolena Construction,Inc. (Here insert full name and address or legal title of Contractor) 4459 Parkbreeze Court,Orlando,FL 32808 (407)445-8822 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) North American Specialty Insurance Company 650 Elm Street,Manchester,NH 03101-2524 (603)644-6600 a corporation duly organized under the laws of the State of New Hampshire as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owner) 150 N.Lakeshore Drive,Ocoee FL 34761 as Obligee,hereinafter called the Obligee,in the sum of Five Percent of Amount Bid Dollars ($ —5%— ), for the payment of which sum well and truly to be made, the said Principal and the said Surety; bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,The Principal has submitted a bid for •(Here insert full name,address and description of project) Bid#B00-04,Starke Lake Boat Ramp Public Restrooms NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of April 2000 Bolena Construction,Inc. _ (Principal) (Seal) (Wi s) (Title) North American Specialty Insurance Company (Surety) Ofttners) .� I Teresa Robinson (Title) A(ttoorney-in-Fact& Florida Licensed Resident Agent Inquiries: (407)786-7770 AIA DOCUMENT A310.BID BOND.AIA©.FEBRUARY 1970 ED.THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C. 20006 1 . NORTH AMERICAN SPECIALTY INSURANCE COMPAN r GENERAL.POWER OF:ATTORNEY KNOW ALL MEN•BY THESE PRESENTS, THAT THE NORTH AMERICAN SPECIALTY INSURANCE COMPANY, a corporation duly organized and, existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester.New Hampshire has made,constituted and appointed,and by these presents does make,constitute and appoint • .. Jeffrey W.Reich, Susan.L..-Reich,Kim E.Niv,Teresa L.Robinson ... ...,jointly or severally,and all of Altamonte.Springs,Florida 1 1 its true and lawful Attorney-in-Fact,to make, execute, seal and deliver for and on its behalf and as its act and deed bonds or other writings obligatory in. the nature of a bond on behalf of said Company, as surety,bonds, undertakings and contracts of suretyship to be given to all obligees provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed in the amount of........,....... • • SIX MILLION(6,000,000.00)DOLLARS • The Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of North American Specialty Insurance Company at a meeting duly called and held on the 24th of April,1985: ' 'RESOLVED,that the President,_and Vice President,any Assistant Vice.President or any Secretary be and each or any of them hereby is authorized! to execute Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of North American Specialty Insurance Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any.such Power• of Attorney and to attach hereto the seal of the:Company'and FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding. upon the Company when so affixed and in the future with regard to any bond;undertaking or contract of surety to which it is attached, In Witness Whereof,North American Specialty Insurance Company has caused its official seal to be hereunto affixed,and these presents to be signed by its President and attested by one of its Assistant Vice Presidents on the 14th of December, 1998, G4LTY C SEAL,-,,,,,,I, Q BY BY • Robert M.,Solitro, President:and Chief Operating:Officer Steven-E.Holzwart,Assistant:Vice President State of Ohio ss:., County of Cuyahoga . ... ' On.this December 14,1998;before me,a Notary Public personally appeared Robert M.Solitro and Steven E.Holzwart personally known to me,who being by me duly sworn,.acknowledged that they signed the above.Power of Attorney:as officers of said NORTH AMERICAN SPECIALTY INSURANCE COMPANY and acknowledged'said instrument to be the voluntary act and deed of the corporation. ' James Ziolo .. .. 2�� /llw ;10-'' - k\. ... Notary Public•State of,Ohio: ( 1j ,i ` •" My commission expires May 6,2003. ' �' O .. .. James Ziolo Notary Public ,''f,R.Scottluptak,Assistant Vice President,of NORTH AMERICAN.SPECIALTY INSURANCE COMPANY,do herby-certify.that the above and foregoing is a.true and correct copy of a Powerof'Attorneyby said NORTH AMERICAN SPECIALTY INSURANCE COMPANY,:which is still in;full force and effect. . IN.WITNESS;WHEREOF I hereto set my hand and affixed the seal of said Company,this day of Zlth- 2000 n sEAL } BND 110,S-1(rev:12/99) i . R.Scott Liptak;Assistant Vice,President • • BID SHEET BID #B00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS Total Bid for Scope of Work Indicated in the bid documents: $ 149, 887.00 One Hundred & Nine Thousand Eight Hundred & Eighty Seven &_Ze o FortyDollars & (:ends Completion of the work shall be accomplished within 225, calendar days from "Notice to Proceed". WARRANTIES: Labor: 1 Year General/2 Year Roof 1 Year General:;. Or Manufacturers Warranty Which Material: ever is longer/3U Years on Shingles BID-04 SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. TeKONTROL, Inc. 407-831-0099 FIRM NAME TELEPHONE(INCLUDE AREA CODE) 407-831-4871 FAX (INCLUDE AREA CODE) rivera@tekontrol.com am/ '"••_• E-MAIL ADDRESS '= / ,,,-L- � ' '� IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATU (manual) FROM PURCHASE ORDER ADDRESS,• PLEASE INDICATE BELOW: Thomas Kornegay, President/CEO NAME/TITLE(PLEASE PRINT) 108.:Sausalito Blvd. STREET ADDRESS Casselberry, Florida 32707 CITY STATE ZIP FEDERAL ID# 59-2729516 Individual XX Corporation Partnership Other(Specify) Sworn to and subscribed before me this 27th day of April ,20 00 Personally known XX or Produced Identi€cation- .K Notary Public-State of Florida (Type of Identification) County of Seminole Signature of Notary Public Sara Lee Roman Printed,typed or stamped commissioned name of Notary Public �#1"4, Rgro" '7nm3n • • • * •CC887028 N.,,,,,,: .-.,,.:W:;Qvernber 11.2003 POWFI - 19 ""+� Saralee Roman Protect Ocoee's Water Resources *ilie-My Commission CC887028 %woe Expires November 11,2003 • 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: Bob McCabe, Inc. (407) 328-9980 Contact: Bob McCabe WM 255 W. Keene Road, Apopka, Fl 32703 (407) 886-2920 Contact: Neil Wood Tom Tanenbaum, Inc. 218 E. Copeland Dr. , Orlando, Florida 32806 (407) 841-6471 Air Comfort Technology, Inc. 5910 Old Winter Garden Rd. Orlando, Fl. 32835 (407) Mack Plumbing, Inc. 530 S. Hwy 427 (407) 331-1960 292-0078 1st Financial Surveyors. Inc. (407) 997-7010 Barry Neal Carpets. Inc. 1063 Miller Dr. Altamonte, F1 _ (407) 339-7000 (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 22. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. Best Rental: Hard Tools-Saw, Table Saws, Squares. Builders Levels, fonrrete. Tool Misc. , Concrete Trowl Machine Sibs Have Their Own; Dump Trucks, Back Hoe, Lasears Cont. (21) Structural Design & Supply 236 Wood Lake Drive, Maitland, Fl. 32751 (407) 331-749E Frank's Door & Frame Service 29 Stymie Place, Winter Park, Fl. 32789 (407) 896-582 Madden/Smith Const. Post Office Box 4153, Sanford, Fl. 32772 (407) 322-9305 Johnny Cooper Pump Service 2501 Crawford Dr- , Sanford, Fl. 32771 (407) 829-0410 Accurate Design Contracting, Inc. (407) 886-7504 PoWF Protect Ocoee's Water Resources 17 , S 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): Phelps Park-Restroom Construction; City of Winter Park; Joe Serrano (407) 599-3424 Contract Amount: $ 106,000.00 VA Hospital-Commercial Kitchen and Renovation; Veterans Administration; Tom Arnold (407) 629-1599 Ext. 1198 Contract Amount: $ 382,245.00 Anne Russell Roof Repair; Maitland Art Center; Maitland, Florida Dennis O'Brien Contract Amount: $ 18,488.00 Have you any similar work in progress at this time? Yes_ No XX . Length of time in business Since 1986 Bank or other financial references: Nations Bank Contact: Christopher Hurst 390:Orange Avenue; Suite 700 Orlando, Florida 32803-3200 (Attach additional sheets if necessary) PoWF 18 :� Protect Ocoee's Water Resources , ti • THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Tekontrol,Inc. (Here insert full name and address or legal title of Contractor) 108 Sausalito Boulevard,Casselberry,FL 32707 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) United Pacific Insurance Company Three Parkway,Philadelphia,PA 19102 a corporation duly organized under the laws of the State of Pennsylvania as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owner) 150 N.Lakeshore Drive,Ocoee,FL 34761-2258 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid ---- Dollars($ ----5%---- ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, The Principal has submitted a bid for Bid#B00-04,Starke Lake Boat Ramp-Public Restrooms (Here insert full name,address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. . Signed and sealed this 27th day of April 200 Tekontrol Inc /i i "Gd/ - (Princi n1/ /(14)je c.7>�.-CI --- (Witness) Thomas Kornegay; President/CEO g (Title) (v,)i4.4 U 7edPacificI7j nsur nce ny i re ickstaedt Citl Attornet& F rida Licensed Resident Agent Inquiries: (407)834-0022 AIA DOCUMENT A310.BID BOND.AIA 0.FEBRUARY 1970 ED.THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C. 20006 1 " Y! • • , THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • . • - H;LIANCE SURETY COMPANY . RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE;.PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY = - - KNOW ALL MEN BY THESE PRESENTS, that.RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE.COMPANY, are corporations duly,organized under_the laws •'of the Commonwealth of.Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation.'duly organized under the lawe`ot- the State of Wisconsin (herein collectively'called "the Companies")•and that the Companies by virtue of signature and seals do:hereby snake;":. constitute and appoint J.W.•Guignard, Bryce.R.•Guignard, Paul J. Ciambriello, M. Gary Franca, Deidrs Eckstaedt,April.L. Livsly.,:of:Longwood,r= • Florida their true and lawful Attorney(s)-in-Fact,•to make, execute, seal and deliver for and on their behalf, end"as=.their act_and deed:any and all bonds and undertakings of.suretyship and'to bind the Companies thereby as fully and to the same extent as if such-bonds and`=undertakings and?- other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed andattested by-one other of stich officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. . This Power of''Attorney•is• granted-under and by the':authority of Article VII •of the=By-Laws.of RELIANCE SURETY COMPANY, ' RELIANCE •INSURANCE "COMPANY';;•UNITED PACIFIC':INSURANCE•COMPANY and RELIANCE NATIONAL INDEMNITY-COMPANY-:which provisions are now in full force and effect, reading as follows:. --II- _ - - ARTICLE VW-EXECUTION OF BONDS AND.UNDERTAKINGS 1. The Board of Directors,the President,the Chairman of the Board,ern Senior Vice President.any Vice President or Assistant Vice Prridrrt or other officer designated by the Board of • .Director',hell have power and authority to la)appoint Attornsy(si-in-Fact and to authorize them to execute on behalf of the Comparty,'bondi and undertakings,recognizance.,._com ractsof indemn>;ty- and other Writings obligatory in the nature thereof,and lb)to remove any such Attorneylal•in-Fret at,rmy time and revolt.the powr and authority given to them. ' - - _ - - - -- 2. Attornsylal-in•Fsct shall have power end authority,subject to the terms and antiunion,of the Power of.Attrney issued to then, to sxseute,deliver on behalf of the Company;bonds and undertakings, recognizrices,contracts of indemnity and other writings-obligatory in the nature thereof. The corporate seal is not''necessary for the.validity of any-bonds and-undertakings,- ' recognizance.,contracts of indemnity otherthereof.d writings obligatory in the native thereof. ' - 3. Attornsy(el-in•Fect shall hays power and sthrity to execute affidavits required to be attached an to bonds,recognizance., contracts of indemnity or othr conditional. obligatory urdortakinga arid they shall also hints power a nd authority toi certify the financialstatement of the Company and to copies of the By-Laws:of the Company or arty'ruele,r section thereof: ' This Power of Attorney is.eignet end sealed by,facsimile under and by suthorit 'of the following resolution adopted by the Executive and Finance Committear of this Boards of Directors of Reliance. Insurance'Company United.Pacific lneurnce Comp and,Reliance Nationsf..Inddemnity.Company by Unanimous Consent dated e.of February 28 1994_arid:by the Executive and Financial I Committee of the Bord'of Directors of Reliance Sure Com by.Unrsmets ConrK dated e:of.March 31,1884 parry - ,,;-',-:-..:.-.1-' - it ` 'Resolved that the signatures of such directors and officers and the sea of_the Company may be affixed to any suudf Power oforof Attorneyany certificates relating thereto by - facsimile,and any'such Power of Attorney or-certificatebering-siich facsimile eignattxse or facsimile oast shall be valid and binding upon the Company and any such Pewit so- -. _ .'executed red certified by facsimile signatures and facsimile seal-shall be valid end birdinig,upon the Company,in the foiee with respect hinny bond or undertaking to which t s IN WITNESS WHEREOF, the Companies.have caused presents to:•be signed and their corporate seals to be'hereto affixed, this-„June 21 ,' 1999. RELIANCE SURETY COMPANY -'` RELIANCE INSURANCE COMPANY • 4°`at"t`s4 t�,.taterre air' "Vie UNITED PACIFIC INSURANCE COMPANY r t4-1 M\o�-. ,� '4 y - �4 iro4, RELIANCE NATIONAL INDEMNITY COMPANY • scat. • ya t .1 `R i'r� \p„Ofslioti.4,' sates+� 7�i��f�/�-� ' STATE OF Pennsylvania } COUNTY OF Philadelphia ) ss: • _ On this;'Juns 21'''1999, before me -Valencia Wortham,;personally appeared David'.T,'.Akers who acknowledged himself:to be the Senior:Vice • • ``•President'of'the Reliance Surety.Company,. arid the:Vice President of-Reliance. Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity. Company and that as such, being authorized'to do so, executed the foregoing instrument for the purpose therein contained by-signing the name of the corporation by himself as its duly authorized officer. .• _ - -- - - In witness whereof, I hereunto set my•hand and'official seal - L ° - Not9riaLSea1 - � � tX . . - I A Valencia.Worthent Notary Public- 1 of - '' Wk.—L. 1� dill Philadelphia,Philadelphia County • ','sl.d Notary Public in and for the State of Pennsylvania My Commission Expires Nov.18.2000 Residing.at Philadelphia:, _ _=- _ - i 1—Anita Zippert, Secretary-of-RELIANCE SURETY_COMPANY;.RELIANCE.INSURANCE;',COMPANY,•UNITED PACIFIC INSURANCEL_COMPANY;_and- REUANCE NATIONAL INDEMNITY COMPANY dohereby certify that the above and foregoing is•a true'and correct copy of the Power.of Attorney.- executed by said.Companies_'which is still_in full-force and effect ' • '~ ' i;.` IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this27T$a of APRIL 2000 . 4./1.2,12;vi.. eat.r.e� `. - _ - ; or Secretary ulei SE4Lm..._y t e ,y IsmiZ _ I - 5141; \ �_ L ) �, ' >5M § "t11ti9I :7•r4'r9I^g9'.It.`tiTv71iyliT,l=;h'drTa0,01dC7�(i1T_ :.1l-.(mitt:'•l-A'1T7.�9-:1d,7,1:C 'laal193;vIti T.4orri 9 't,AliIW,1,1,, r d Corf BID SHEET BID #B00-04 STARKE LAKE BOAT RAMP 9' PUBLIC RESTROOMS Total Bid for Scope of Work Indicated in the bid documents: $ 116, 500 .00 One Hundred Sixteen Thousand, Five Hundred,-Dollars S. no Cents Completion of the work shall be accomplished within 91 calendar days from "Notice to Proceed": WARRANTIES: Labor: 1 Year 1 Year Material: • BID-04 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Please SPP At-tarharl List _ (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 22. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. Equipment is Leased From: ( 1 ) Prime ' (2 ) Ring - Rent (3) SunBelt Kubota 1986' B8200 Tractor 1993 Ford PU 1999 Ford PU POW" 17 Protect Ocoee's Water Resources 4 List of Subcontractors: 1. Kinny's NC -409 N. 13th Street— Leesburg, Fl. 34748 Phone (352)-728-2665 Bill Fed ID 59-1695035 - HVAC 2. RPM Plumbing — P.O. Box 161805—Altamonte Springs, Fl. 32716 Phone (407)-869-5509 - Ron Mahler - Fed ID 59-3004962 - Plumbing 3. A & D Electrical Inc. 1153 10th St. — Clermont, Fl. 34711 Phone (352)-242-0988 -Tony - Fed ID 59-3046691 - Electrical 4. Floors of Distinction —411 N. 14th St. - Leesburg, Fl. 34748 Phone (352)-787-7909 - Steve - Fed ID 59-3063463 - Quarry Tile 5. Russell Aluminum — 14353 HWY 441 - Summerfield, Fl. 34491 Phone (352)-750-6780 -Wayne - Fed ID -Vinyl Siding D.B. OKEE1 ' CONSTRUCTION C OINCRAL CONTRACTORS TYPE OF General Contractors Const. Lic. IICGC 041940 BUSINESS Commercial/Industrial BUSINESS Corporation Fed. ID #59-2931296 ENTITY State of Florida January 1 , 1989 OWNERS Daniel B. O'Keef, D.O.B. 10-19-58 President D.L. M 0210-162-58-379 705 Boylston St. S.S. N 261-35-5728 Leesburg, FL 34748 (352) 326-8801 VENDOR Romac Lumber Leesburg Rent-All REFERENCE P.O. Box 1010 100 S. .Lake Street Leesburg, FL 34749 Leesburg, FL 34748 (352) 787-4545 (352) 728-1349 84 Lumber Company Lake Glass s Mirror P.O. Box 365 P.O. Box 1053 Eighty-Four, PA Leesburg, FL 34749 15330-0365 (352) 787-4700 BANK Huntington National Citizens First Bank REFERENCE P.O. Box 47 903 Avenida Central Leesburg, FL 34749 Lady Lake, FL 32159 (352)787-5111 (352)728-1650 Business Accounts Business Accounts DUN & #60-527-8944 BRADSTREET 352.328-3001 1403 Akron Drive 352-707-0203 phone Leesburg. FL 34740 Fox - t 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): Job, Fountain Lake Improvements; Contract Amount $68,692. Architect Riddle-Newman Engineering, Owner City of Leesburg. Completion Date May 19, 1999. - Job, El Santiago Recreation Center; Contract Amount $480,000; Architect Christoff, Krietemeyer & Assoc. ; Owner The Villages Completion Date February 1999 . - Job; Withlacoochee State Trail Citrus Springs; Contract Amount $37, 564 Architect; Ken Tillbary; Owner; State of Florida Completion Date; May 1997. Have you any similar work in progress at this time? Yes No x . Length of time in business 11 Years Bank or other financial references: See Attached (Attach additional sheets if necessary) OWIP tg Protect Ocoee'%Water Resources d} I SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. D.B. O 'Keef Construction Inc. (352 ) 326-8801 FIRM NAME TELEPHONE(INCLUDE AREA CODE) ( 352) 767-4203 FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTI IORIZEb S GNATUR • (m nual) FROM PURCI IASE ORDER ADDRESS, PLEASE INDICATE BELOW: D_ B_ O'Kccf Precident NAME/TITLE(PLEASE PRINT) 1403 Akron Drive STREET ADDRESS Leesburg, Fl . 34748 CITY STATE ZIP FEDERAL ID# 59-2931.296 Individual x Corporation Partnership Other(Specify) Sworn to and subscribed before me this gi day of ��'2v ,20UL? Personally known l/ or Produced Identification • Notary Public-Stalp of / 1— (Type of Identification) County of F. Caii Curry Signature of Notary Public Lef Printed,typed or stamped commissioned name of Notary Public E.GAIL CURRY ±' Notary Public,State of Florida My comm.expires Sept.01,2000 No.CC581162 Bonded thru Ashton Agency,Inc. POW1 19 Protect Ocoee's Water Resources , 1 Sent By: City of Ocoee; 4U165tiltiab; Apr- I i -uu ' aye eie. April 17, 2000 ADDENDUM NO. : TWO(2) CITY OF OCOEE BID NO. 00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall modify and become a parr of the original Bid Document for the Starke Lake Boat Rump Public Resrrnoms. Changes arc as follows: Section 10530; Aluminum Sun Screen 1.0 Shall be manufactured by Dittmer Architectural Aluminum, 1006 Shepherd Road, Winter Springs, Florida, 32708 or by a manufacturer of equal quality materials,to withstand the hurricane force winds and hail damage. • e Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid. Respondent: D.B. O 'Keef Construction Inc. Signature:^ -� Street Address: 1403 ,Akron nr City, State,Zip Code: Leesburg, Fl . 34748 Name and Title: D. B. O 'Keef Presidents Telephone Number: ( 3 5 2) •3 2 6-8 8 01 Federal I.D. # 5 q-?(411996 _ 1 Sent By: City of Ocoee; 4O76561B35; Apr-1 /-00 11 : 14AM; rage Page-2- Addendum No. 1; Bid B00-04;Starke Lake Boat Ramp Public Rcstrooms. 9. Sheet P-1;the Breezeway floor drain shall be connected to the sanitary sewer. yce Tolbert Buyer All respondents shall acknowledge this addendum by completing this section below and attaching to the front of your bid Respondent: D. D. O 'Keef Constructioni1nc. 1 _._. Signature: ` ) r_5 7X6_0 Street Address: „ 1403 Akron Dr. /_ City, State,Zip Code: Leesburg, F1 . 34748 Name and Title: D. B. 0 'Keef President Telephone Number: (3 5 2) 3 2 6-8 8 01 Federal I.D. # 5 9-2 9 312 9 6 2 1 . t 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: a (1) ��tc L F,ua,$i.J ) �r,•,2a/r- 4qt Z Cc° /,)(,for 6.‘yzai cio (9264)'Q91 `1-C_ s2e// CD (960'6141.6e gerreec. {,v rc 4 2 Z- 5. 06.41,J64<' • iifs'21f -6*2 37Xcr6 ,A-..r,n. - tt[T1' Aar z '. 7r�'S- 7_. x -- 7 1f l ,f/fll-4,,JJ( 7)e. fir_/ ,1�i ?(- I t! (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the • pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 22. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties including whether owned or leased. If leased pleas provide name of lessor. 2') 're4A66tl( 6,Affyi ,./LS,a?•411 rn (. boe-C 10V,Tid-etexa) '1) g_v_eve-f_ n/G� '�-f.00�.,,�•r;_- Q;:=cmc_ 34/ 401) POWT' 17 Protect Ocoee's Water Resources 1 --• , l , t /11 1/11 23. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK ill The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): - q 6/ l J �, '� fZ ' p ... "( 6 I.'1 M. L. 4' ,A 1 L CW".... ..4+f ? _Act' t,. tiv 41 . i-•'T:ur i (7S.E2fi ��fn, -- �.��-j rC. [,GtJ40 L�"� �IG,t✓l �/i� '-'1):7�7.!'rJ ;11yi(Y)n.r 6• 2-3, ig•, r' I NAA. !t,;A4k1,rt eecgA i W T Ac.„0-' 4. L"' .� O 0,040 LAr�e�'(t/, ,�- 2 3L LAdolAr-i Jf` StZ1 ' CA«,�� 0' ) LAN i l,- T v � ,% �' Nolo LPA 3 3o 7 'c cq• P�S�tf�e. 7gLS too. — C Have you ally similar work in progress at this time? Yes ,-/No . Length of time in Ibusiness .- COS Bank or other financial references: , /4(A. £c-- A- O,pAiJOE Ave-. V e-(,ra-, 001 9( Avr ,: 714, 4't/A/40/80 -372- a'LG Ne7 (Attach additional sheets if necessary) x ii Pow1 ;t18 :, Protect Ocoee's Water Resources ; Sent By: City of Ocoee; 4076567835; Apr-it-uu 11 :14Am; rage ei IA April 17,2000 ADDENDUM NO_ : ONE(1) CITY OF OCOEE • BID NO.00-04 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS This addendum shall modify and become a part of the original Bid Document for the Starke Lake Bout Ramp Public Restrooms. This addendum is a result of the Pre-Bid Conference held April 13. 2000 at 10:00 AM and the attached questions from D.B. U'Keef Construction Inc.fared on April 10, 2000 and on April 12, 2000: Attachments: 1. The Standard Form of Agreement,AlA Document A 105. 2. Pre-Bid Conference Sign-in Sheet. 3. Request from Don Beach & Associates, Ltd.: Page 11 of the Invitation to Bid, Section 12, Contract; The contract work shall not be divisible, but shall be awarded,if an award is made,to a single respondent. The following are responses to the questions from D.B. O'Keef Construction Inc.: RFI#001 (1):Use Section A2,Drawing A2 and Section 1,Drawing S-I as a cross section. (2): Detail shown on Drawing S-1,Section 1 and 2. Drinking fountain and vending machine area slab shall match the finished slab. RFI#002 (1): The size of the plywood roof deck is one-half inch(1/2")minimum. RFI#003(1): Yes,per specification Section 06100. The following are clarifications as a result of the Pre-Bid Conference: 1. The sunscreen shall be bid as part of the scope of work,not as an alternate. 2. The power shall come across N. Lakeshore Drive. No conduit under the road. The City shall entertain open trench or bore&jack at the respondent's option. 3. Section 01400, Quality Control, Paragraph 2.0; The City building permit is waived and there will be no impact fees as this is a City building. 4. Sheet C-3, Backfiuw Preventer; the one inch water meter and the BFD to be provided by the City. 5. Sheet C-1; the City will provide the tap. 6. Sheet C-2; the proposed lift station shall be bid as part of the scope of work. 7. The Contractor will be allowed to close the road,as needed,during the project. S. The sod grass shall be bahia. • • 1 • 15. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. o,✓r 16. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. • 17. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or POW 13 Protect Ocoee's Water Resources a;4 • indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a • spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that.the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of • services, requirements, and standards contained in the Bid documents. • Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, • and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City . tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. V6-5 18. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. POWP, to • Protect Ocoeu's Walor Ootources ' • :<:::• AT MMI D Y•.;:. D DIY E AC RD 0 :;::LIVE �A � I r��. 4 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER PHONE (AIC,No,Exel: (352)787-2431 COMPANY BINDER II FAX (352) 787-9922 Westfield Companies B991200355 E • BROWN AND BROWN, INC DATE EFFECTIVE TIME DATEXPIRATION TIME 1023 W. Dixie Ave. 12/15/1999 12:01 X. AM 01/14/2000 X 1201AM P.O. Box 491636 PM NooN Leesburg, FL 34749-1636 THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: 9535 SUB CODE: PER EXPIRING POLICY If: AGENCY 00002564 DESCRIPTION OF OPERATIONS/VEHICL SSPROPERTY Ilncludln Locellon) CUSTOMER ID. �1503 Akron Drive, Leesbur FL 34748 INSURED g O'Keef Construction, Inc. 1503 Akron Drive Leesburg, FL 34748 :0.0(. .r1A0g$MggRgRMNEWONgEMEMANNOWOOMMOMMENARIVAVNINWOMMWMatIWTSAMMAMPW5 TYPE OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE COINS% PROPERTY CAUSES OF LOSS Buildings 114,000, 500 80% BASIC BROAD X SPEC Business Personal Property 25,000 500 80N Business Income including Rental Value 5,000 .500 N/A GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS•COMP/OP AGO S 2,000,000 CLAIMS MADE X OCCUR: PERSONAL d ADV INJURY S 1,000,000 OWNER'S A CONTRACTOR'S PROT EACH OCCURRENCE ' S 1,000,000 FIRE DAMAGE(Any one fire) S 100,000 RETRO DATE FOR CLAIMS MADE: MED EXP(Any one person) S 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Per accident) f X SCHEDULED AUTOS PROPERTY DAMAGE S HIRED AUTOS MEDICAL PAYMENTS S 5,000 NON-OWNED AUTOS PERSONAL INJURY PROT S UNINSURED MOTORIST S 300,000, AUTO PHYSICAL DAMAGE DEDUCTIBLE ! ALL VEHICLES X SCHEDULED VEHICLES X ACTUAL CASH VALUE X COLLISION: 500 STATED AMOUNT S X OTHER THAN COL: 500 OTHER GARAGE LIABILITY AUTO ONLY•EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE f UMBRELLA FORM AGGREGATE f OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION S STATUTORY LIMITS WORKER'S COMPENSATION : EACH ACCIDENT f •. AND EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT f DISEASE-EACH EMPLOYEE S SPECIAL Contractors Equipment value as scheduled. Rented Equipment value S30,000.00. Miscellaneous OiHERION'�+Ools & Equipment value S3,300. Deductible S250.00 COVERAGES lGAD E5 >:'•:%z:»;::'•>:»<::>':::>:< :>:>::>:>:>i:>:>s>:>�?:>:�>::> :>:::>:«::<:::<:>i>::<:>::::>::>:::::>:>::>:»::>::>:::?::>?»#>::r;: :<.;>�:>�:::><:::>:::>;>:<�:;::::>::>>:::»»:«::;;�;>::.:>;:r;:>i:;::>:::>::>;::;>::>;isz::::;:>s>:>::>;:.»;;><:a:;z.;::»;:.;>.:.;:;:.;:.:;;:.;::-: Insured's Copy MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN H AUTHORIZED REPRESENTATIVE . . .... ......... . . .. ... . ::..::.:..::.:.. ..: . .. ... A, ORD.7G".5., 1....;::::>»::»»::#>::>::»»:<:::»»>::::::>:>:>:<:>:;r<:NO.f...IM..oatANi`>.td : >::.:.::•:;:.:..:: .: :.::...::. � 1.......:.:.;: ::::.;:.:.:.;:.: ...... .. ...... ... :...::::.. , :: .-;:.,��;IIVFo{tMA`CIbN 6N l��V�. �$Ib�:><s:::: �;<;::::::::::::::;:;:;:.•�d�oF2b;Co13po.tIoN:;19..., • ...-.�--r•s.re.-.r...�...... -ar,.•o-r-m..a..Yeas A-W..i.-- _ I.M7•rYJ sr.a.db•i/i-moo M�',�yM' 7! - -- --.A OW-MN-VW or- r•gmr i um. r r�• AC# 'Zr)4 0 2 n 6 eti • .. ' '•.,.,,'''', ;' "'p�'9.'":sl'AT:slot ''ribglfik4 f,i•',i.:5'..^• .s., . •••' .. . . .. ' F'�1� 7�i 11 0 1�f(�1b 418bi ,A wts' lid> ` Elg �jNA`" N E• QULAt I ON• •• • . ,A 1' .,,..;,' f. ,T;FINU ST,I,Y,�LL10ENgINO:,BOARb,rt. • .or'• . , HATE ! BATCH NUMBER -I • • y.,,.I'nL :.nntr, ,!i i•tte '..a�p►,,.i.4,,t _',g:. ._ -- ,. . I CENSE _ DR .As„ .-,, II. '1L.�• LeA••;-.i. .r1L;L.:1t,.•Lit-,.. .,_ +' • • 07/31/1998 98900406• Co ,;--004I940 ' :'• •,.:: $,•. . . .•t.. • ' ,•,., .. . . The FNFitAL CONTRACTOR _ �':,-'� — Nanied aelow I S f.R T I F I E D • . ,• 1 .•• ' Under the provtatons O 489 FS. ,.' • •' 4 ,-� Expiration dab: AUG 31# 2000 ; • `' •: • I rI• ' ,•• • ' • •r,' •I • A ',I a n. • • U 'KEEC'', DANIEL BR WTON 0 D O 'KEEF CONSTRUCTION INC 1403 AKRON DRIVE LEESDURG FL 34748 LAWWN CHILES DISPLAY AS fEOUIRED by LAW R ICHARD T. FARRELL GOVERNOR SECRETARY • c�'5 5 6 6 2 8 3. -... _ ---._ r--.,-, -,.�:-..,,.• -• ,•-•.-,._-. - --- --.- .------ --•.,. A -.'4 - .j..[:`4 •"' ti s,ATC'b ',LngIt3A',. ,,...,''., v• r �';j1,, 'bEPAatt,i N`r :tyt: • lUttxN btr~ Np..f0iiti�'entitibNAL. REGULATION • . ' . ;•. ,',►. ," ••;• ,.•••CONuT,'.'-INDUSTRY,LICENIIINO . BOARD tr• . .•s• t: , ' s. p.,, ' • e ....,.`. ,. ,,n,AL ,./"1,'1j P,, Irir-, ,fil'• •ori -.r BATE 1 BATCH NUMBER LICE t3 ' D- _ -• �y� +}{j� ty(per y.� tp�l�f{ J• _ j��{�' �_I li•O_ ,..._ -__ ,• .11a. s11. Lk., 'S db/05/i 7`!'e/ 7V�V�C7lii / bb --ndt`1�34ti. ,' , j . • •,•,'• • • .. the t1UoINESS otidAN1tAtION - r -. .,,�:.�, , ,rt'.. .. • Named bon I 8 c1UAL IF.I D ••, ' 1 t.1, .. ... ' . „ - Under the prodsionr bl Chap et 489 • ,rat •?j ( i ' . ' c t• • ,1' • Expiration date: AUG 31► • P00 i . 9 r `I '''' COMPANYBTOODOA •PUS I NEOS bNLY I F` .I7• HAS A OVAL I F I E i'., THE • • U n 0 ,KEtr toNSthUCtIoN INO , , . - . 1403 AKRON DR . I • t LEESDURG . tL 34'�4b , .' t ` 'r ,. JET) BUSH bISPLAY AS REWIRED by LAW CYNTH I A A. CIENDERSOP GOVL'RNOR SECRETARY BOB M KEE 1999:2000 APPLICATION & LICENSE Acca:N_ _ �c:NTY TAX- , _ LAKE COUNTY OCCUR A i�CN U AL 'C-NS^ 1 1-(>(�I)L�(:F STATE �.r f• O.Jr.,DA = — -0, - - mA :`SEE ROOMS S_AT_ cMPLOYEES . 1-1(: SUPPLEMENTAL yL _ GENERALc.VAL SiNESS 1 1 CONTRACTOR CERTIFIED NEW LICENSE1 CG CO4194c) ANS•__,- CRIGINAL TAX ^O.OQ ADL,RESs 1403 AKRON LE - LEESBURGDR-LE i MAKE CHECKS PAYABLE TC: AMCUNT ; Eco M°Kee.Tax Collector PENALTY ire x=_ 2-�?�' • CC'�EC�ICN COST TOTAL 20.00 I X NAmE O' KEEF D E: CONSTRUCTION INC SIGN AND 0:SPLAY AS REQUIRED ( MA,-;NG O 'KEEF DANIEL B 1 AL-r_�� 1402 AKRON DR .............................. ( LEESBURG FL 5474� OM.,0,{3:9 """"'�`°"'e. AC MC CO..G- - - PAID 09/16/99 Siu:r_092.0001 _,0,00 OCCUPATIONAL LICENSE 2000 00-05572 //j EXPIRES : 9/30/00 • LEESBURG Lrcense renewal wota(,ors veil;P reconeC•c:,e Coee Entcrcercner..E.;arc. The r *:rst Cifu *FOR THIS LOCATION ONLY* .-- - -•: - -:--_ LOC 14 0 3 AKRON The •: r _r•.a.icesst. serves• e -•e tr.s.c=use :rise•.-:e.;ce^c~° . arr,e CLS •CONTRACTOR - GENERAL .(s- ._...__:s s..-..:Ls;r.es: .-a- 1 s-:.-.__ ..:s.r :e. SUBCLASS •r1N :sac.- 7r+a ,: -. _: the .... -=:_ . ..= c ❑e4:7...:,ater:ar.,:..e.:�re LIC FEE : 40 . 00 PEN/LATE FEE: . 00 D B O'KEEF CONSTRUCTION INC 1403 AKRON DR TOTAL: 40 . 00 LEESBURG FL 34748 I t — -:C ENdSE ML EE CCCNS°!C.;r'USL. _:S=- -: — 1 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS,That we, D.B. O'KEEF CONSTRUCTION, INC. 1403 Akron Drive Leesburg, Florida 34748 as Principal, hereinafter called the Principal, and the CAROLINA CASUALTY INSURANCE COMPANY , of 8381 Dix Ellis Trail, Jacksonville, Florida 32256 ,a corporation duly organized under the laws of the State of Florida ,as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF OCOEE 150 N. LAKESHORE DRIVE, OCOEE, FL 34761 as Obligee, hereinafter called the Obligee, in the sum of Five percent of the largest amount for which award can be made under the accompanying bid. Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID #B00-04, STARKE LAKE BOAT RAMP PUBLIC RESTROOMS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond • or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of April 2000 . . D.B. O'KEEF CONSTRUCTION, INC. --, • /�.� ( 1403 Akron Dr., Leesburg, Florida 34748 (Seal) Witness Principal f 1 1 ( S),Ac-s . ()-Y,1) . tJjj4 U . �11JL&\ Title Kt berlly J. rti Witness CARO ' -' UALTY INSURANCE COMPANY By / _ _ Tom S. Lobrano 11 Attomev-in-Fact. & Florida Resident Agent S-0054/GEEF 1/97 r, No. 101 / POWER OF ATTORNEY CAROLINA CASUALTY INSURANCE COMPANY . JACKSONVILLE,FLORIDA NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS:that CAROLINA CASUALTY INSURANCE COMPANY("Company")a corporation duly organized and existing under the laws of the State of Florida, having its Principal office in Jacksonville, Florida,has made, constituted and appointed,and does by these presents make,constitute and appoint Tom S. Lobrano, III or James C. Congelio or Bradford W. Bush of Jacksonville, FL its true and lawful Agent and Attorney-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute, seal,acknowledge and deliver: any and all bonds and undertakings • and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney is granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company held on March 30, 1966,to wit: RESOLVED: "That the following Officers of the Carolina Casualty Insurance Company,Chairman of the Board,President, Secretary and Treasurer,or either of them,are hereby authorized to execute on behalf of the Carolina Casualty Insurance Company, Powers of Attorney authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company,and further,that the said Officers of the Company mentioned,are hereby authorized to affix the corporate seal of the said Company to Powers of Attorney executed pursuant hereto". RESOLVED FURTHER,this Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind the company except in the manner and to the extent therein stated. RESOLVED FURTHER,this Power of Attorney revokes all previous powers issued in behalf of the attorney-in-fact named above. • RESOLVED FURTHER,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any ' power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. . IN WJTNF3S WHEREOF Carolina Casualty Insurance Company has caused these presents to be signed and attested by its appropriate . officers arid jts corporate seal hereunto affixed this 10th day of August , 19 99 a-,• 'a' Attest:= Carolina' asualty Insurance Company 4,ERA I,s,r r _ gV/11 By 4'>''' 4144' Betty C. erlan Armin W. Blumberg ... - ' Vice Pre i nt & Secretary President & Chief Executiv fficer WAP?.7iING: ,THIS POWER INVALID IF NOT PRINTED ON GREEN"MONITOR"SECURITY PAPER. E tATE OF FLORIDA) SS COUNTY OF DUVAL) OS Sworn to before me, a No .. 1 1 Aa,t i /U day of , 19 9J ,by BettyC. Sutherland who isp¢� ltI llbtvhlfll�[>!16(ite Secret ry of Carolina C ualty I urance Corn any. - _ NCTP PUBLIC STATE OF FLORIDA COMMISSION NO.CC615749 4�/&( /Z I l CO MtCOMMISSION EXP.FEB.25,2001 Notary Public,State of F rida at Large CERTIFICATE I,the undersigned,Secretary of CAROLINA CASUALTY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a just,true,correct and complete copy of original Power of Attorney;that the said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executed the bond to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and the seal of the Company,this 27th day of . - • itS::::) ��,;..,.RA,,., - - . ' Betty utherland ,Secretary ' -Seal Io JyY7•} 1111 1 BID SHEET BID #B00-04 11 STARKE LAKE BOAT RAMP PUBLIC RESTROOMS I 1 Total Bid for Scope of Work Indicated in the hid documents: (DO $ /29,609 . affs- I,4e,t7y �f(-kospoip Dollars & A-)0 Cents 0 Completion of the work shall be accomplished within /10 calendar days from "Notice to Proceed". 0 WARRANTIES: Labor: I BID-04 • S-° a ygit r'. ' •"" ,'"rt,-;4 r ri .i t .-, 4 4.3 -o. * ,r-e,-.,'j Vr`3' na..etfa s__v:_ .!.;,`..,4. - :-, _+ -.xt„-.:., -. „, ...w, SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE ATTACHED "BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. e ._i__ 16er� Goy --°`( 467- 370- 34-70 FIRM NAME 1 TELEPHONE(INCLUDE AREA�CODE) 4 37 3/ fE FAX (INCLUDE AREA CODE) E-MAIL ADDRESS ii N \ II. �\_�..ice. IF REMITTANCE ADDRESS IS DIFFERENT A UTHO• 4146. GNATU1 (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/I'ITLE(PLEASE PRINT) 708/ &Ail..) thw,', 2. erg !/4.-- ST�ADDDRESSi 31- I CITY STATE ZIP (� FEDERAL ID#5 --�-3"I 7 1 O iIndividual jr c orporation Partnership Other(Specify) 1 A r-}7:4,-> . Sworn to and subscribed before me this c,} 1 day ofdpi..L.-.. ,20 t) . iPersonally known or i Produced Identi€cation- Notary Public,�`State ofi a i (Type of IderCtification) County of CVku-z_c8....P_ 1 Signature of Notary Public . l))f/1 i4 I; Prk IA)s Printed,typed or stamped commissioned name of Notary Public , ,a•ro, Wilma L Perkins *r un Wilma CommissionAugust19CC666641,2001 a ?,'' rr` Z . Pmtnrt Ocnna'e WatnrPncnllrrac , APR-26-00 16-42 FROM ID= PAGE 1/2 e t ,5 Bib BOND e atalte Como;SA*US OSA tar FtdowaV.Dollia.YX nu.s. Bead No. KNOW ALL MEN BY THESE PRESENTS.that we TIGER CONSTRUCTORS, INC. as Principal.hercloafteralled the Principal,and RI,i INSURANCE COMPANY. 25 M_Lindbergh Drive,Peoria,Illinois 61615. AS Surety.hereinafter called the Surety.are held and firmly bound unto CITY OF OCOEE A4tren.&'it1'.Scut.Zip.Rows Monter Oblige.hereinafter called the Wipe,Jt the suet of FIVE PERCENT OF GREATEST WJNT•,,.SG of t ism of this hid st4%t0 maul j JO1JSAND DOIJ]-AR,s_ANP >� CMIS Dollars($ 51 'G-A-B.- ) for the papacy�of which well sad only to heo made.the said P'Irisa t sad the laid SLIM, bind ourselves. our Lairs, executors, Ioist aWjsa and assigns, and severalty.�y by presents. WHEREAS,the Prituipat bus a bid for " STARKE LAKE BOAT RAMP PUBLIC RESTROOMS" _ HASQNJIY STRJICTCJrtES T7ILTN� DERGROUND S Vl s` NOW,THEREVOREJI die eora the timely awarded to the Ptbte3pal and tale Papal ell within wich titre as specified in the bid,eater Into a cnotraet in wridng or,is she event of the taste of tit°Principal to caret Into such Contract:If the PriaciPal shins parr to the Obligee the die mad not to ad diepenalty hereof h:twe en moues t'parched In raid bid and such larger amentet for which the Obligee any in good fall contract isidt anew party to pe fonse die wort coveted by tad bid,11=this obligation shall be null and void,otherwise to ramie in hull force and effect. PROS.HOWEVER,milker Pdndpal or Surety shall be bound hereunder unless Obligee print to accutioa of die final eonttat t shall fu(Blsh evidence of financing in a maser and fens nee able to Prieeipal and Surly that foaming has bra - -- firm firmly wreak ted to rawer the entire Dent of the project. SIGNED,sealed amd dated this 26th Og APRm .w 2000 TIGER.CONSTRUCTORS,INC. ---Oricaren By: Tide: RLI INSURANCE COMPANY attOrne km* Complaint Notice:Should any edIspute arise about your premium or about eclairs that you have filed,contact the agent or wnK to the-Cornioss that Issued the bond/policy.If the problem Is not resolved,you may sato write to the Texas Department of Insurance.P.O.Box 149104,Austin.Texas 78714-9104.FAX P(512)47S-1771.This notice of cocnplabu procedure is for • Information only and does not become It past or condition of this bondlpolicy. • RLP4220(6/95) APR-26-00 16=42 FROM: I = PAGE 2/2 IrrEaaf_ POWER OF ATTORNEY V S I N1 P.O.Box 3967 • Peoria,IL 61612-3967 (Irrevocable) Know All Men by These Presents: BOND NO. RSB- 3 8 5 8 61 That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired. That RLI INSURANCE COMPANY, an Illinois corporation,does hereby make,constitute and appoint ROBERT II OVERBEY JR, MOLLY REAGAN SALAZAR OF HOUSTON, TEXAS its true and lawful Agent and Attorney-in-Fact,with full power and authority hereby conferred,to sign,execute,acknowledge and deliver for and on its behalf as Surety,the following described bond. BID, PERFORMANCE, PAYMENT OR SUPPLY BONDS PROVIDED THE BOND PENALTY AND CONTRACT PRICE DO NOT EXCEED FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS. The acknowledgement and execution of such bond by the said Attorney-in-Fact shall be as binding upon this Company as if such bond.had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of JUKE 2i 2001 ,but until such time shall be irrevocable and in full force and effect. The RLI INSURANCE COMPANY further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company,and now in force to-wit: "AlI-bonds,policies', undertakings.Powers of Attorney; or other.obligations of the corporation.shall be executed in the corporate name of the company by the President,;Secretary,any Assistant Secretary,Treasurer.Vice President,or by such other officers as the Board of Directors may authorize.The"President.any Vice President,Secretary and Assistant Secretary,or the Treasurer, may.appoint Attorneys-in-Fact or Agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company.The corporate'seal is not necessary'for the.validity of any bonds.policies,undertakings,Powers of Attorney,or other • obligations of the corporation The sgnatnro of any such:officer and the corporate seal may be printed by,facsimile.•' (Mee shaded area above indicares authenricity) The penal amount of the bond herein described may be uicreased if there is attached to this Power,written authority so authorizing in the form of an endorsement or letter signed by the President,Vice President,Assistant Vice President.Treasurer.Secretary or Assistant Secretary of the RLI Insurance Company specifically authorizing said increase. IN WITNESS WHEREOF,the RLI Insurance company has caused these presents to be executed by its President with its corporate seal affixed this 23rd day of March, 1998. • RLI INSUIlANCI:COMPANY• President State of Illinois ) ? ) SS County of Peoria ) it,.�'` CERTIFICATE On this 23rd day of March, 1998, before me, a Notary Public, I,the undersigned officer ofR1,I Insurance Company,a stock corpora- personally appeared Jonathan R. Michael, who being by me duly don of the State of Illinois,do hereby certify that the attached Power sworn,acknowledged that he signed the above Power of Attorney as of Attorney is in full force and effect and is irrevocable;and further- the aforesaid officer of the 1•tL11NS0RANCE COMPANY and acknowl- more,that the Resolution of the Company as set forth in the Power of edged said instrument to be the voluntary act and deed of said Attorney,is now in force.In testimony whereof,l have hereunto set my corporation. hand and the seal of the RLI Insurance Company this"26tbday of J .APRT7. , • tt R1.1 INSURANCE COMPANY Notary Public By;c9 f- President * 'OFFICIAL SEAL• KATHRYN L BSCH AIEN * ,*191PORTANT:•This date must be filled'in before if is attached to • 110ThaY FUE,T..Ic, STATE OF ILLIVe Z * • tfle,ba d APO.it.mu„t.h�.ttz sen1e f! '.z•aa lhehcmd,_ . * My Cciumiesioc. tzpiree 5/16/2QU.i * co.nno reinoi I f....,.a^ O p J� e tP "aEy�' z�r re r &�z s� T j tA�,.�R -�,�rwx^° 3 - 4°u.'6r D — ( ) ,. �,., /'fl��wJ/\{J ���4�i"�3\'sI� Y iv®r��„� �����`' -l��V■ill+[i�.iJa� # ,.°.+ f DATE MMfDDIYY a r . 3. ' .,.w,.J...A1a?:- d...,...sv.... "�:..J° -r c i `>xic �,• °, `,„ 11/0 9/9 9 . ODU°` rv•'`"' -"' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE BondPro HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8 GREENWAY PLAZA ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SUITE 814 COMPANIES AFFORDING COVERAGE HOUSTON, TX 77046 COMPANY A INVESTORS INSURANCE COMPANY INSURED COMPANY B TIGER CONSTRUCTORS, INC. 32 N. KIRKMAN ROAD COMPANY C ORLANDO, FL 32811 COMPANY ,�..��....�..u,.�.�.,.va...��.,.��,��.........�.w.anLt,,,:. .-.._..:.:<_. Si.�z`ux ,_,,. ..c�...,..,,. za. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE-BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE—POLICY.-PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ 3,000,000 A X COMMERCIAL GENERAL LIABILITY 99GLP 1003768 11/13/99 11/13/00 PRODUCTS-COMP/OPAGG $ 3,000,000 CLAIMS MADE X OCCUR PERSONAL&ADV INJURY $ 3,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 3,000,000 FIRE DAMAGE(Any one fire) $ 50,000 MED EXP(Any one person) $ 0 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ B. X HIRED AUTOS 99GLP 1003768 11/13/99 11/13/00 BODILY INJURY X NON-0WNEDAUTOS 99GLP 1003768 11/13/99 11/13/00 (Per accident) $ Included in CGL .$1,000,000. Sublimit PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EX"ESS 1.1ABILITY EACH OCCURRENCE $ uraBRM.:..:FDRM I ` 1.=rOREGAT: S I OTHER THAN UMBRELLA FORM $ WI:SIAIU- UIN- WORKERS COMPENSATION AND TOW LIMITS _ ER EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE — OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ OTHER • RECEIVED NOV 2 9 1999 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS TIGERCQNS'T. -'a, :„«t" +sse i�� €'S s:co�-%,:�z 7 x 4 sg�.°<x- � �:=%�;' S �:`,,• � Z:.#s".r� c.a<h-e 5..�r�4��'a;.fro.. 4r�'^^ � 'c'a-r'a vm,, �� ���..srT:. {CERTIFICATE[ OLDER, 3 t» . r '�i , hCW-E., et y . ' n , _. bcls*«�.4'.,z.� .w a�. �-,s,:a 'ts �«`�" ^sF�-R�3�i.«�`�,x".� ��5 ��' ,,�c�±h�,�'. .�"a�N�L�.,� �,..>t-4�,:+�:z�r r.�n....�„„ ';.,r�_ 2e�s� ::.i-�^�.;, LR���„x..,,:�� h .'�;Y�.ad. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL • 30. DAYS WRI;�E:v NOTICE TO THE CZ..TIFICATE HOLDER NAME)T THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE N OBLIGATION OR LIABILITY OF ANY KIND UPON'ON THE Cs NY, S AG NTS R REPRESENTATIVES. AUTHORIZED REPRE Ay E - + ': ` " :£ u s n 4 4^-u' to rf r iilf4M ,r c c'r= t r ,Y Z ORATION':4:98$ A'CORD's15�S 4%95 t F Ea.« s r F. .,; r; ., O.ACt�RDCORP ri � '�.ryk�. ,�;v4_� .L;3z�. yc r...,..W....i"re§3ete.!.ee.' :x. b e To: City of Ocoee Finance Department Attn: Joyce Tolbert Summary of litigation: Tiger Constructors Inc., is not now nor is planning any litigation with anyone at this time. TIGER CONSTRUCTORS, INC. PO Pox 617047 FL286I O rlar lao, S A .7 ,fix.•` �: